Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2009 FBO #2747
SOLICITATION NOTICE

R -- Aviation Support Services

Notice Date
6/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
General Services Administration, Office of the Administrator (A), Office of the Chief of Staff, 1800 F Streets, N. W, B-035, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
RFQGSA-09-0602
 
Archive Date
7/3/2009
 
Point of Contact
Daryl Hawkins, , Daryl Hawkins,
 
E-Mail Address
daryl.hawkins@gsa.gov, daryl.hawkins@gsa.gov
(daryl.hawkins@gsa.gov, daryl.hawkins@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
BLANKET PURCHASE AGREEMENT STATEMENT OF WORK AVIATION SUPPORT SERVICES Overview The General Services Administration (GSA), Office of Government wide Policy, Office of Travel, Transportation, and Asset Management requires support services for various aviation studies, training, and plans for Federal government agencies. This Blanket Purchase Agreement (BPA) is a small business set-aside, and award will be made to only one company. The period of performance will be one year, with four, one-year options. GSA Mission The Office of Travel, Transportation and Asset Management (MT) within the Office of Government wide Policy (OGP) of the GSA develops Federal aviation policy for the entire Federal Government fleet of over 1500 aircraft. MT was established, in part, to provide GSA with a mechanism to be more active in the government-wide policy setting arena, and to be separate from the operational functions performed by GSA. The office is an advocate for both excellence and innovation to improve the management and operation of the Government’s aviation programs that foster safe, effective and efficient Federal aviation operations. Background The Interagency Committee for Aircraft Policy (ICAP) was established at the direction of the Office of Management and Budget (OMB) and is managed by MT. Eighteen Federal agencies are members of the ICAP and manage/use aircraft for various missions including firefighting, law enforcement, weather prediction, natural resource support, homeland security, and space research. The ICAP assists GSA in writing government-wide policies for Federal aviation management. OMB Circular A-126, “Improving the Management and Use of Government Aircraft”, tasks the Administrator of the GSA with essential policy and oversight responsibilities for Federal aviation management. GSA’s Aircraft Management Policy staff is responsible for developing Federal aircraft policy on behalf of the Administrator. OMB Circular A-11, “Preparation, Submission and Execution of the Budget” addresses the budget process as well as planning, budgeting and acquisition of capital assets. Part 7, Exhibit-300 provides direction on preparing and submitting information on new and past acquisitions. Because management of aviation services is very complex and time consuming, many agencies use contract mechanisms to accommodate various requirements originating from Federal Aviation Regulations and OMB Circular’s A-126 and A-11. There will be no performance standards required under the BPA itself. Performance standards will be embedded in the Task Orders issued by federal agencies requesting use of the GSA generated BPA. 1.0Technical Requirements/Task Description 1.1Aviation Studies, Training, and Plans. The objective of this BPA is to support various aviation studies, workshops, conferences, training and plans performed at the request of individual federal agencies. The Contractor will conduct all studies, training and plans in accordance with the Task Order issued by an executive agency using the BPA. These studies include, but are not limited to: 1.1.2Aircraft Acquisition and Lifecycle Planning: These studies involve acquisition planning, alternative analysis, annual budget performance, and replacement studies (damaged, obsolete, or worn out aircraft). These are complex assessments that compare and contrast the costs associated with government owned, government flown, and government maintained aircraft against various operational models for operating, renting, or contracting aircraft support. 1.1.3Federal Aircraft Fleet Cost Accounting Studies performed in accordance with Office of Management and Budget Circular A-11. 1.1.4Aircraft training performed in support of various GSA and Federal agency conferences, workshops, and training sessions. Support may include workshop planning, specific aircraft management training sessions, and project management training. 1.1.5Operation and fleet realignment studies driven by changes in agency mission or scope of operations. 2.0Skills/Expertise 2.1.1The Contractor is responsible for providing personnel that have appropriate levels of expertise and skill to accomplish requirements identified in the requesting agency Task Order. 2.1.2The Contractor will perform work at sites specified in the requesting agency Task Order, and at the Contractor’s place of business. Unless otherwise documented in the Task Order, the Contractor is expected to conform to the requesting agency’s normal operating hours when working at an agency site. 2.1.3The Contractor may be required to travel to complete the requirements of the requesting agency. All travel requirements will be documented in the Task Order and directed by the requesting agency. 2.1.4Unless otherwise directed in the Task Order, all materials will be provided by the Contractor to perform the work required by the Task Order. All material purchased by the Contractor for the use or ownership of the Federal Government will become the property of the Federal Government. The Contract must document the transfer of materials in the monthly status reports. 2.1.5All deliverables required by the Task Order must meet or exceed industry professional standards, and the requirements set forth in Task Order and this BPA. 3.0Administrative Considerations 3.1Contract Specialist: Daryl Hawkins GSA Office of Administrative Services Central Office Contracting Division 1800 F Street, NW, Room 3140 Washington, DC 20405 daryl.hawkins@gsa.gov Note: requesting agency Project Manager and Contracting Officer contact information shall be identified in each individual task order. 4.0Duration of BPA 4.1The period of performance for this BPA shall be one (1) base year and four (4) one year options. 5.0 Personal Services 5.1GSA will assure that any contractor work is in the best interest of the government; that economic and other factors are considered; and that this SOW will not be used to procure personal services prohibited by the Federal Acquisition Regulation (FAR) Part 37.104 titled “Personal Services Contract”. 6.0Requirement Estimate and Authority to Use BPA 6.1GSA anticipates the total cost of task orders awarded under this BPA shall not exceed $200,000.00. In addition to Government agencies that own /operate aircraft, any Government agency will be able to use the BPA to accomplish aviation studies (including GSA). 7.0Proposal Submission 7.1After reviewing this SOW, the contractor shall submit a technical and cost proposal to the GSA Central Office Contracting Division. Proposals shall summarize major categories at a level of detail to adequately address all requirements in the SOW. 7.1.1Technical Proposal Submission Instructions The contractor shall submit a technical proposal outlining their firm’s capabilities and experience with respect to the effort described in the SOW. The technical proposal should describe the proposed methodology, personnel and corporate experience that are directly relevant to this effort. 7.1.2Technical Understanding of Requirements Technical and qualitative descriptions of the proposed methodology shall be used to accomplish the objectives in this SOW. 7.1.3Past Performance/Corporate Experience Descriptions of similar work performed during the past two- (2) years, including references. Sufficient information should be provided to allow the Government to contact the agencies/organizations served and assess the quality of the services provided. 7.1.4Professional Staff Provide resumes for proposed staff. 7.1.5Price Any resultant agreement from this solicitation will be for the BPA award. There will be no funds placed on the BPA itself, but the individual Task Orders issued by each agency will be funded. So it is to each agency that the BPA holder will submit specific cost information for each Task Order. However the importance of price in the award of the BPA cannot be overlooked. Offerors must submit general price information including direct labor rates, indirect rates, other overhead rates, etc., so GSA can achieve some sense of the pricing that would be charged on the agency specific Task Orders. 8.0Technical Evaluation Factors Proposals will be evaluated in terms of quality, depth and relevance of information presented in response to this SOW. The factors below will be used in evaluating proposals for the BPA award. They are in descending order of importance. 8.1Technical Factor One Technical Understanding of Requirements. 8.2Technical Factor Two Past Performance/Corporate Experience 8.3Technical Factor Three Professional Staff 9.0 Best Value The BPA award will be a best value decision where the Government plans to make an award to the offeror who submits the best overall technical proposal with cost being slightly considered. 10.0Proposal Instructions The contractor shall submit the Technical and Price proposals no later than June 18, 2009, 2:00 PM, EDT. Proposals are to be electronically submitted to the following e-mail address: daryl.hawkins@gsa.gov Any questions on this combined synopsis/solicitation must be received by 10 June 2, 2009, 12:00 Noon, EDT. Please direct all questions to Mr. Daryl Hawkins at the address given in the previous paragraph. All elements of the Technical and price submissions shall be in MS Word, 12 point font format. Headers and footers shall be limited to pagination. Technical submission shall not exceed 20 pages on 8x11 pages (excluding past performance information/resumes). 11.0Type of Award The Government anticipates fixed price commercial item task orders to be issued against this BPA. The Government is issuing this solicitation for the proposed award of a Blanket Purchase Agreement (BPA) pursuant to FAR Part 12. Oral communications are not acceptable in response to this notice. All responsible sources may submit a response to this solicitation. The Government intends to award ONE BPA as a result of this solicitation to the responsible offeror conforming to the items listed herein and considered to present the Government with the best value. Award will be on an all-or-none basis with respect to the requested services. This is a combined synopsis/solicitation for commercial services 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. Proposals are requested based on this combined synopsis/solicitation only. The RFQ solicitation document and incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). The following provisions apply: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; and 52.215-1, Instructions to Offerors – Competitive Acquisition. The Representations and Certifications which must be completed and submitted with the proposal are located at www.arnet.gov/far/current. The Government will award to the responsible offeror whose proposal conforming to this combined synopsis/solicitation presents the Government with the best value, price and other factors considered. The following clauses are incorporated by reference: 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, Federal Acquisition Regulation (FAR) Part 33. In addition the following General Services Administration Acquisition Manual (GSAM) clauses also apply and are hereby incorporated into this solicitation: 512.301(a) (2) and 512.301(a) (3); 533.103; 552.212-71 and 552.212-72; and 552.233-70. Offerors may find these GSAM referenced clauses at www.arnet.gov/GSAM/gsam.html. Again, proposals are due no later than 2:00 PM, EDT, Thursday, June 21, 2009, by e-mail to ¬daryl.hawkins@gsa.gov. Those offerors wishing to deliver hard copies of their proposals may do so to the Office of Acquisition Policy, General Services Administration, 1800 F Street, NW, Room 3140, Washington, DC, 20405, Attention: Daryl Hawkins/ACMD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/A/A/RFQGSA-09-0602/listing.html)
 
Place of Performance
Address: GSA Central Office, 1800 F Street NW, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN01833198-W 20090604/090602234939-c4698de51043d82bb9841640439e7861 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.