Status Report

NASA Flight and Maintenance Crew Training

By SpaceRef Editor
June 3, 2005
Filed under , ,

• Amendment to Combined Synopsis/Solicitation 01 – Posted on May 31, 2005
• Amendment to Combined Synopsis/Solicitation 02 – Posted on Jun 01, 2005
• Amendment to Combined Synopsis/Solicitation 03 – Posted on Jun 02, 2005

General Information

Document Type: Combine Solicitation
Solicitation Number: NNH05103447Q
Posted Date: May 25, 2005
Original Response Date: Jun 03, 2005
Current Response Date: Jun 08, 2005
Original Archive Date: Jun 02, 2006
Current Archive Date: Jun 02, 2006
Classification Code: U — Education & training services
Naics Code: 611512 — Flight Training

Contracting Office Address

NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, MD 20771

Description

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) for flight and maintenance crew training. NASA has a requirement to provide flight crew and maintenence training in accordance with Att. 1 – Statement of Work (SOW). The contractor shall be able to provide personnel, facilities, and training materials to conduct academic and simualtor training for the following aircraft: Gulfstream G-II and G-III, Learjet Series 20, King Air 200, Twin Otter-DeHavilland DHC-6, and Boeing 747. Training courses shall consist of Initial Pilot qualification Training, Refresher Pilot Training, Simulator Training, and Initial and Recurrent Maintenance Training of the above aircraft. In addition, the contractor shall also be able to provide the following training services, on an as-needed basis, based on the contractor’s standard commercial courses: Airline Transport Pilot Ground School, Reduced Vertical Separation Minima (RVSM)/TCAS-ACAS Training, Engine Maintenance & Troubleshooting, and Flight Training at NASA-designated locations (using Government-supplied aircraft),Initial and Refresher Pilot and Maintenance Training for other aircraft in which the contractor is qualified, and other courses in which the contractor is qualified.

This requirement has a period of performance of 5 years. An Indefinite-Delivery, Indefinite-Quantity type contract is anticipatd to be awarded. The provisions and clauses in the RFP are those in effect through FAC 05-03. The Government intends to acquire commercial items using FAR Part 12 and the Simplified Acquisition Procedures (SAP) set forth in FAR Part 13. There are no set aside restrictions for this requirement. The DPAS Rating for this procurement is DOC9. The NAICS Code and the small business size standard for this procurement are 611512 and $21.0 million respectively. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by 3:00 p.m.local time on June 2, 2005 and must be mailed or delivered to NASA’s Goddard Space Flight Center. The designated receiving office is the Shipping and Receiving Dock, Building 16W, wich must be accessed from Greenbelt Road. Proposals will be marked with date and time of receipt, subject to security screening, secured, and delivered unopened to the Contracting Officer. Proposals must include: solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, CAGE Code, DUNS Identification Number, identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative.

A copy of athe offeror’s published price list or catalog price should be submitted. Offerors must complete Att. 3 – Schedule of Prices, and Att. 4 – Past Performance Questionnaire, and submit with their proposal. The offeror shall provide information on their three (3) most recent completed or on-going contracts, completing the information in Sections I and II of the form and providing a point-of-contact (including telephone and FAX numbers, and e-mail address, if available). The listing shall include both Government and private industry contracts. An offeror with no previous Government or private industry contracts shall so state. FAXED offers are not acceptable. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:   http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml All proposals must be closed and sealed. External markings for proposals is as follows: NASA’s Goddard Space Flight Center Building 16W – Shipping and Receiving Dock Solicitation Number: RFP NNH05103447Q ATTN: Cheryl Lee, Building 17, Room S-112 Greenbelt, MD 20771   “PROPOSAL – DELIVER UNOPENED”   If delivery is made by commercial delivery personnel, suggested additional marking: “COMMERCIAL DELIVERY PERSONNEL: THIS PROPOSAL MUST BE DELIVERED TO THE DOCK MASTER, BUILDING 16W – SHIPPING AND RECEIVING DOCK, NOT LATER THAN 3:00p.m. ON JUNE 2, 2005.” Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. The provisions at FAR 52.212-2, Evaluation – Commercial Items, applies to this procurement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The evaluation factors are described in Att. 2 – Evaluation Criteria.   Offerors must include completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, ALT 1, with their offer. These may be obtained via the Internet at the URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items, is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, is applicable. The following FAR clauses are incorporated by reference, with the same full force and effect as if they were given in full text: 52.203-6 ALT 1, 52.216-18, 52.216-19, 52.216-22, 52.217-6, 52.217-7, 52.217-8, 52.219-9, 52.222-26, 52.232-25, 52.232-33, 52.225-13, 52.243-3. The full text of a clause may be accessed electronically at this/these addresses:   The FAR may be obtained via the Internet at URL:   http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL:   http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. All contractual and technical questions must be in writing (e-mail or fax) to Cheryl Lee not later than 4:00p.m. on Friday, May 27, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, past performance and price.   Other critical requirements are described in Att. 2 – Evaluation Criteria. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).     Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These Representations and Certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed — See NASA Specific Note “B”. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any):   http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. No hard copies of this solicitation or amendments will be distributed by the Government. These documents will be in Microsoft Office Suite (WORD 6.0, Excel 5.0, PowerPoint 4.0) format and will reside on the World Wide Web (WWW) server, which may be accessed using a WWW browser application. The internet site, or URL, for the NASA HQ Business Opportunities home page is http://genesis/gsfc.nasa.gov/nasanote.html. This combined synopsis/solicitation has 4 attachments. Att. 1 – Statement of Work – 6 pages Att. 2 – Evaluation Criteria – 3 pages Att. 3 – Schedule of Prices – 8 pages Att. 4 – Past Performance Questionnaire – 3 pages

Point of Contact

Cheryl D Lee, Contract Administrator, Phone (301) 286-4095, Fax (301) 286-0357, Email Cheryl.D.Lee@nasa.gov – Claudia S Womble, Contracting Officer, Phone (301) 286-4118, Fax (301) 286-0357, Email Claudia.S.Womble@nasa.gov

Email your questions to Cheryl D Lee at Cheryl.D.Lee@nasa.gov

SpaceRef staff editor.