Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
SOLICITATION NOTICE

S -- Bird/Wildlife Aircraft Strike Hazard (BASH) Reduction and Control Services - Attachment 2 - Attachment 1 - RFP

Notice Date
2/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
 
ZIP Code
92518-1650
 
Solicitation Number
FA4664-12-R-0002
 
Point of Contact
Jason E. McCook, Phone: 9516555298, Reynaldo P. Elauria, Phone: (951) 655-4331
 
E-Mail Address
jason.mccook@us.af.mil, reynaldo.elauria@us.af.mil
(jason.mccook@us.af.mil, reynaldo.elauria@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Proposals Performance Work Statement (PWS) / Quality Assurance Surveillance Plan (QASP) Wage Determination WD 05-2053 Rev (12) This is a combined synopsis/solicitation for a commercial service prepared in accordance with FAR 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 (SF-1449) Number FA4664-12-R-0002, Request for Proposal (RFP) is issued as an attachment to this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 3 January 2012 and the Defense Federal Acquisition Regulations (DFARS) change notice 20120111. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System (NAICS) Code is 561710 with a small business size standard of $7 million. The contractor shall provide non-personal services to include all personnel, equipment, tools, materials, supervision, and other items necessary to perform bird/wildlife aircraft strike hazard (BASH) reduction and control services at March Air Reserve Base (ARB), California, in accordance with the Performance Work Statement (PWS) which is also an attachment to this notice, and shall become a part of the resulting contract. The contractor shall provide qualified personnel to eliminate or mitigate risk from wildlife at March ARB yielding a safe operating environment for air operations on the airfield. These measures may include but are not limited to falconry, trained dogs, harassment, trapping, relocation, depredation, egg treatment, airfield patrol, and perimeter fence monitoring. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards, and must possess all required licenses to perform the services. All contractor employees are required to be familiar with and comply with Air Force Pamphlet 91-212, "Bird/Wildlife Aircraft Strike Hazard (BASH) Management Techniques" and March ARB OPLAN 91-202, "Integrated Bird/Wildlife Aircraft Strike Hazard (IBASH) Program". Publications specified in this Performance Work Statement can be found at http://afpubs.hq.af.mil/ and the 452 AMW Safety Office. This requirement is a Performance-Based, Firm Fixed-Price (FFP) Contract; the period of performance will be for a one (1) year period to be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFP. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, (2) Price, and (3) Past Performance. Technical Acceptability and Past Performance shall be evaluated as acceptable or not acceptable. The technical qualifications must include certifications to perform the intended duties in compliance with applicable federal, state, and local regulations and guidelines in accordance with the Performance Work Statement. An offer will only be determined technically acceptable if no exception is taken to the PWS, see attachment. Price evaluation shall be based on the lowest reasonable, balanced, and overall evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated for reasonableness. Evaluation of proposal may be made without discussions with the offerror(s). Additional and specific instructions in preparing the proposal and evaluation basis for award are provided in the attached written solicitation package (SF-1449). To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any proposal preparation costs. It is the responsibility of each potential offeror to periodically check www.fbo.gov to obtain any related amendments to this solicitation. It is also the offerors' responsibility to be familiar with the applicable clauses and provisions that apply to this acquisition. These clauses and provisions and any applicable addenda are stipulated in the solicitation document (SF-1449). All proposals must be for all items stated, partial proposals will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Responses/Offers are due 3:00 pm PST on 26 March 2012. Submit written proposals; oral proposals will not be accepted. Proposals may be submitted via e-mail or mailed. All proposals must be e-mailed to jason.mccook@us.af.mil (subject: FA4664-12-R-0002), or mailed to 1940 Graeber St., Bldg 449, March ARB,CA 92518-1650. Proposals must meet all instructions put forth in this solicitation. A site visit will be made available upon request. Please contact Jason McCook by calling 951-655-2431/5298 or e-mail jason.mccook@us.af.mil to schedule an appointment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA4664-12-R-0002/listing.html)
 
Record
SN02685372-W 20120302/120229234402-b8d450a5e97f9c09b13ba56125777cdd (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.