Utah Bids > Bid Detail

F-35 COCKPIT ENGINE RUN SIMULATOR

Agency:
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159113893751689
Posted Date: Mar 13, 2024
Due Date: Mar 27, 2024
Source: https://sam.gov/opp/17ed7bf2f1...
Follow
F-35 COCKPIT ENGINE RUN SIMULATOR
Active
Contract Opportunity
Notice ID
FA822424Q0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8224 OL H PZI PZIM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 13, 2024 12:21 pm MDT
  • Original Date Offers Due: Mar 27, 2024 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6930 - OPERATION TRAINING DEVICES
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description

1. This is an offical combined synopsis/solicitation for the acquisition of a non-commercial Brand Name item or Equal: Bugeye Technologies F-35 Cockpit Engine Run Simulator Training System. The combined synopsis/solicitation is prepared in accordance with the procedures in the Federal Acquisition Regulation (FAR) Subpart 13, as supplemented with additional information included in this notice.The Government intends to award one definitive contract, utilizing a Firm Fixed Price pricing arrangement.



2. Solicitation: FA822424Q0008



3. This requirement will be competed using 100% small business set-aside



NAICS:333310



Small Business Size Standard:1,000 employees



4. Description of Item:



The 309 Aircraft Maintenance Group (AMXG) at Ogden Air Logistics Complex (OO-ALC) has a requirement to purchase two (2) F-35 cockpit engine run simulator training systems to fulfill training mission requirements. The cockpit simulators will be used to train depot mechanics on F-35 engine runs, emergency shutdown procedures, cockpit familiarization, and instrument panel layout in accordance with attached Product Purchase Specifications.



5. Delivery Schedule: 26 Weeks ARO



6. Instructions to Offerors:



Responsible offerors shall provide a Firm Fixed Price (FFP) quote in accordance with the terms and conditions stated in the attached Solicitation, Product Purchase Description and other supporting documentation attached to this notice.



All quotes shall include the following:






    1. Copy of completed solicitation document, to include required Clause fill-ins by offerors.

    2. CAGE Code and Unique Entity Identification Number

    3. Contractor Points of Contact

    4. Quotes shall be valid for a minimum of 30 days. Quotes shall include a proposal validity date.







7. Evaluation Factors:



The Government will issue a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:








    1. Technical Acceptability, determined by offeror’s quote meeting the minimum requirements as outlined in the attached Solicitation and Product Purchase Description.

    2. Recieves a rating of Acceptable on the Technical Capability evalution factor.

    3. Submits the quote with the Lowesy Total Evaluated Price(TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable.







Awardee selection shall be based on a Lowest Price Technically Acceptable (LPTA) basis. One award will be made to the offeror with the lowest priced quote which is found to be technically acceptable. Technical acceptability shall be determined by evaluating the offeror’s quote for a demonstration that the offeror clearly understands and meets the specified requirement in the solicitation and supporting documentation. Only information submitted in the offeror’s quote shall be evaluated for technical acceptability. The offeror shall ensure their quote is clear and excludes inconsistencies or ambiguities. Only the two lowest priced quotes will be evaluated for technical acceptability. The next lowest priced offeror will only be evaluated for technical acceptability if either of the lower priced offers are found technically unacceptable. Competition will proceed in that order until at least two offers are found to be technically acceptable for competition purposes. Only written offers shall be accepted.



The Government reserves the right to award this effort based on the initial quotes received without further contact. If, during the evaluation period, it is determined to be in the best interest of the Government to conduct interchanges with an offeror, the offeror will be notified by the PCO. The Government may conduct interchanges either orally or in writing, and may issue interchanges to one, some, or all offerors. The Government shall consider the correction potential of quotes in determining the content of interchanges and offerors with whom to conduct those interchanges.





Proposal revisions shall only be submitted in response to Government interchanges. If revisions are submitted, the offeror shall ensure changes are easily identifiable with tracked changes and sidebar markings of those sections that changed from the original submission.





A written notice of award or acceptance of an offer, furnished to the successful offeror within the timeframe specified in the offer for acceptance, shall result in a binding contract without further action by either party. Before the offer’s specified expiration date/time, the Government may accept an offer or part of an offer, whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award.






  1. Defense Priorities and Allocations System (DPAS): N/A






  1. All offerors responding to this solicitation must be registered in the System for Award Management (SAM) at time of solicitation closing for their quote to be considered for award.






  1. For additional information regarding the solicitation, contact Willie Little at willie.little@us.af.mil, (801) 586-6837 or Devin Laughter at devin.laughter@us.af.mil, (801) 777-2502.






  1. Quotes are due no later than 12:00 PM MST on March 27, 2024, via electronic mail to (buyer email) and (PCO email). Offeror is responsible for verifying receipt of offer.





*****See Attachment Product Purchase Description


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801 586 7555 6038 ASPEN AVE
  • HILL AFB , UT 84056-5805
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 13, 2024 12:21 pm MDTCombined Synopsis/Solicitation (Original)

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 >