38 RQS Jump Training
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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)
- Original Published Date: Nov 19, 2024 04:10 pm EST
- Original Date Offers Due: Nov 26, 2024 10:30 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Dec 11, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Moody AFB , GA 31699USA
Description
The solicitation number for this combined synopsis-solicitation is FA483025Q0005 and it is issued as a Request for Quotation (RFQ). The above-mentioned number shall be used to reference any written quote provided under this RFQ.
This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-01, Defense Federal Acquisition Regulation System (DFARS) Change 11/12/2024 and Department of the Air Force Acquisition Circular (DAFAC) 2024-1016.
This acquisition will be Total Small Business Set-Aside
The North American Industry Classification System (NAICS) code for this project is 611699 with a size standard of $16.5 million.
The purpose of this solicitation is for the procurement of 38th Rescue Squadron Jump Training Services in accordance with the attached Statement of Work (SOW).
52.212-2 Evaluation - Commercial Products and Commercial Services (Nov 2021)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:
1. Technical: Offerors must provide documentation that demonstrates a complete and realistic plan to meet the objectives outlined in the Statement of Work, specifically for providing the jump training course for 20 personnel. The offer must meet all technical requirements stated in the solicitation.
2. Price: The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. The total evaluated price will include the proposed price for the jump training course for 20 personnel. Travel costs will be considered for evaluation purposes and calculated in accordance with the Joint Travel Regulation (JTR), including per diem rates provided in the attached documentation and a mileage rate of $0.67 per mile, with a travel distances up to 400 miles per 10 hours factored into the calculation. The award will be based on the Lowest Price Technically Acceptable (LPTA), where the total price, including both the training course and (JTR ) travel costs, will be evaluated to determine the best value to the Government.
(b) Offers will first be ranked by total evaluated price, starting from the lowest. The Government will then evaluate the lowest-priced offer for technical acceptability. This process will continue until two technically acceptable offers are identified or all offers are evaluated.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time specified for acceptance in the offer, shall result in a binding contract without further action by either party. The Government may accept an offer (or part of an offer) before its expiration, whether or not there are negotiations, unless the offeror provides a written notice of withdrawal before award.
FOB Point: Destination (Moody AFB, GA.)
Period of Performance: 8 December 2024 – 13 December 2024
RFQ due date: 26 November 2024 RFQ due time: 10:30 A.M. EST
Email to shanterial.williamson@us.af.mil. and joseph.bruno.9@us.af.mil
THIS MUST BE SENT TO SHANTERIAL.WILLIAMSON@US.AF.MIL AND JOSEPH.BURNO.9@US.AF.MIL AS STATED ABOVE. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NON- RESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.
Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system.
All questions regarding this RFQ must be emailed to shanterial.williamson@us.af.mil and joseph.bruno.9@us.af.mil no later than 21 November 2024 by 10:30 A.M. EST.
Please provide the following information with your quote:
Company Name:
Unique Entity ID Number: Cage Code:
*Number of Employees
*Total Yearly Revenue
*Information required determining size of business for the NAICS referenced above
All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not
provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.
Attachments: Nine (9)
Attachment 1: Statement of Work
Attachment 2: Wage Determination
Attachment 3: Solicitation Document FA483025Q0005
Attachment 4: Pricing schedule
Attachment 5: Insurance Compliance
Attachment 6: Joint Travel Regulations (JTR) /per diem rate
Attachment 7: Official Question Form
Attachment 8: Base Map
Attachment 9: DoDI 4500.53
Attachments/Links
Contact Information
Primary Point of Contact
- Shanterial Williamson
- shanterial.williamson@us.af.mil
- Phone Number 2292579752
Secondary Point of Contact
- SrA Joseph A. Bruno
- joseph.bruno.9@us.af.mil
- Phone Number 2292573153