California Bids > Bid Detail

RQ-4 & U-2 CONTRACT AIRCREW TRAINING AND COURSEWARE DEVELOPMENT

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159889624321458
Posted Date: Jan 30, 2023
Due Date: Feb 13, 2023
Solicitation No: FA489023R0014
Source: https://sam.gov/opp/77e004ff38...
Follow
RQ-4 & U-2 CONTRACT AIRCREW TRAINING AND COURSEWARE DEVELOPMENT
Active
Contract Opportunity
Notice ID
FA489023R0014
Related Notice
ACC_AMIC_RQ4U2CATCWD_2023
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Sub Command
AMIC
Office
FA4890 HQ ACC AMIC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 30, 2023 07:41 am EST
  • Original Published Date: Dec 20, 2022 05:14 pm EST
  • Updated Date Offers Due: Feb 13, 2023 04:00 pm EST
  • Original Date Offers Due: Jan 23, 2023 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 28, 2023
  • Original Inactive Date: Feb 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611512 - Flight Training
  • Place of Performance:
    Beale AFB , CA 95903
    USA
Description View Changes

COMBINED SYNOPSIS/SOLICITATION FA489023R0014 RQ-4/U-2/T-38 CAT/CWD



This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



1. This solicitation is issued as a Request for Proposal (RFP), solicitation number FA489023R0014 in accordance with FAR Parts 12 & 15.



2. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-08, effective 28 October 2022.



3. The North American Industry Classification System Code (NAICS) is 611512 with a business size standard of $27.5 million. Offerors must be registered in the System Award Management (SAM) site found at https://www.sam.gov under the applicable NAICS Code.



4. IAW FAR 19.203(c) and 19.1405(b), this requirement is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). All responsible sources may submit a proposal, which if received timely, will be considered by ACC AMIC/PKB.



5. The contractor shall furnish all personnel, equipment, tools, materials, supervision, and all other items and services that are required to perform RQ-4 “Global Hawk”, U-2 “Dragon Lady” and U-2 T-38 Companion Trainer Program (CTP) Contract Aircrew Training and Courseware Development (CAT/CWD) in support of operations at Beale AFB, CA and Grand Forks AFB, ND. See Attachment 1 – RQ-4/U-2 PWS.



6. The contract line items (CLINs) associated with this solicitation can be found at Attachment 2 – Pricing Schedule.



7. The provisions at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Nov 2021) and addenda applies to this acquisition. (See Page 3)



8. The provisions at FAR 52.212-2, Evaluation – Commercial Products and Commercial Services (Nov 2021) and addenda applies to this acquisition. (See Page 16)



9. The provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Oct 2022) and addenda applies to this solicitation. (See Page 55)



10. FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. (See Page 38)



11. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Oct 2022), to include additional FAR, DFARS and AFFARS clauses applies as outlined later in this notice. (See Page 38)



12. Proposals and deliverables must be received no later than 4:00 PM Eastern Standard Time (EST), 13 February 2023 at the following email addresses: ian.larsson@us.af.mil & kelli.wright.1@us.af.mil.



13. Performance Period:



Phase-In: 1 Apr 23 – 31 May 23



Base Year: 1 Jun 23 – 31 Mar 24



Option Year 1: 1 Apr 24 – 31 Mar 25



Option Year 2: 1 Apr 25 – 31 Mar 26



Option Year 3: 1 Apr 26 – 31 Mar 27



Option Year 4: 1 Apr 27 – 31 Mar 28



14. Award will be made using the Performance Price Trade-off Source Selection Process. The resulting Firm Fixed Price contract will consist of a sixty (60) day phase-in period, a ten month base year and four one-year options. For price evaluation purposes, the phase-in, base 2 year, option years and the six (6) months extension of services will be priced as part of the initial competition. Failure to comply with all instructions contained within this Combined Synopsis/Solicitation could result in the proposal being ineligible for award. It is the offerors responsibility to ensure their proposal meets all the requirements identified herein. See evaluation procedure under FAR Clause 52.212-2 and addendum outlined in this notice.



15. To be eligible for award, the offeror must possess a Top Secret Facility clearance. See Attachment 3 –DD Form 254 Department of Defense Contract Security Classification Specification.



16. Foreign Contractors Participation. Foreign contractors (companies or individuals) participation is prohibited under this solicitation. The acquisition will require the disclosure of classified military information and controlled unclassified information in which foreign contractors are considered non- qualified suppliers and thus are prohibited from submitting proposals. Exceptions may be approved, on a case-by-case limited basis, by the Government contracting agency under direction from the appropriate security agency(ies). The Federal Government reserves the right and has the obligation to impose any security, method, safeguard, or restriction it believes necessary to ensure the unauthorized access to classified information is effectively precluded and that performance of classified services is not adversely affected.



17. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any proposal costs.



18. Additional required information for submission. (See Addendum to 52.212-1, Para 3.3) Point of Contact: Phone: Fax: TIN# DUNS# CAGE CODE



Attachments: 1. RQ-4/U-2 Performance Work Statement (PWS) dated 1 Feb 2023 2. Pricing Schedule 3. DD Form 254 4. Question-Comment Matrix 5. Collective Bargaining Agreements


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 757 225 7678 300 EXPLORATION WAY
  • HAMPTON , VA 23666
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >