Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

R -- Flight Operations Specialist for A.P. Hill Army Airfield

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV112R0046
 
Response Due
9/10/2012
 
Archive Date
11/9/2012
 
Point of Contact
Summer Wilson, 703-806-4412
 
E-Mail Address
MICC - Fort Belvoir
(summer.wilson2@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 will not be issued. This 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; there will not be an additional solicitation issued after this notice. This solicitation document incorporates provisions and clauses that were in effect through Federal Acquisition Circular 05-60 dated 26 July 2012. The solicitation number for this requirement is W91QV1-12-R-0046. This solicitation is issued as a request for quotes (RFQ). This acquisition is restricted as a 100% Set-Aside for Service Disabled Veteran Owned Small Business Concerns. The associated North American Industry Classification System (NAICS) code for this procurement is 488111, with a Standard Industry Classification (SIC) code of 9621. The Small Business size standard for this requirement is $30.0 million dollars. The Mission and Installation Contracting Command (MICC), which is located at Fort Belvoir, Virginia has a requirement to procure services for a Flight Operations Specialist (place of duty A.P. Hill). The quotes will be evaluated in accordance with FAR Part 52.212-2 and FAR Part 17.206 for option periods. 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 following factors shall be used to evaluate offers: technical capability, past performance, and price. Technical factors will be assigned a rating of "Acceptable" or "Unacceptable" based on whether the proposal meets the basic PWS requirements and standards. The government reserves the right to evaluate the lowest priced proposal first and if it is acceptable then make award to that offeror. In the event that the lowest price proposal is not acceptable, then the second lowest proposed price proposal is evaluated and if acceptable then award to it, and so on. The Government will also evaluate offerors for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options shall not obligate the Government to exercise the option(s). An award will be made to the lowest priced offeror whose quote technically conforms to this solicitation. Please NOTE the successful candidate for this requirement must be able to obtain and maintain a SECRET security clearance. The requirements consist of the following: 24 September 2012-23 September 2013 CLIN 0001: Flight Operations Specialist CLIN 0002: Vehicle CLIN 0003: Fuel CLIN 0004: Travel (Cost CLIN) CLIN 0005: Contract Manpower Reporting 24 September 2013-23 September 2014 CLIN 1001: Flight Operations Specialist CLIN 1002: Vehicle CLIN 1003: Fuel CLIN 1004: Travel (Cost CLIN) CLIN 1005: Contract Manpower Reporting 24 September 2014-23 September 2015 CLIN 2001: Flight Operations Specialist CLIN 2002: Vehicle CLIN 2003: Fuel CLIN 2004: Travel (Cost CLIN) CLIN 2005: Contract Manpower Reporting MICC Fort Belvoir anticipates a firm fixed price (FFP) order with two possible option years. The duty location for this position will be A.P. Hill Army Airfield. The expected period of performance is 24 September 2012-23 September 2013 with two possible options. The government intends to issue a single contract to the responsible firm who submits an offer in accordance with this solicitation. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items, and 52.212-3, Alt 1, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and offerors shall include a completed copy of the provision with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and additional clauses identified in 52.212-5 that apply to this acquisition are as follows: 52.222-50; 52.233-3; 52.233-4; 52.203-6 Alt I; 52.204-10; 52.204-99; 52.209-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.223-18; 52.225-13; 52.232-33; 52.247-64. Additional FAR provisions and clauses that apply to this acquisition are as follows: 52.202-1; 52.203-12; 52.204-7; 52.207-3; 52.209-8; 52.217-5; 52.217-9; 52.219-6; 52.219-8; 52.219-6, 52.219-28; 52.222-36; 52.222-40; 52.243-1; 52.246-4; and 52.252-1. Department of Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses that apply to this acquisition are as follows: 252.204-7003; 252.204-7004 Alt A; 252.204-7006; 252.204-7007; 252.209-7001; 252.209-7004; 252.212-7000; 252.212-7001; 252.212-7001 (Dev); 252.232-7010; 252.243-7001; 252.246-7000. Additional check-off clauses identified in 252.212-7001 that are applicable to this acquisition are as follows: 52.203-3; 252.203-7000; 252.232-7003; and 252.243-7002. Local clauses that apply to this acquisition are as follows: 5152.209-4000 (DoD Level 1 Antiterrorism Standards) and 5152.204-4001 (Key Personnel). This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at https://www.acquisition.gov/far/. To conform with this solicitation and to be considered for an award, offeror shall submit the following by 12:00 p.m. EST, on 10 September 2012. Please provide a completed quote with the offeror's information, solicitation number W91QV1-12-R-0046, pricing and resume of the proposed candidate. Your quote should include a completed copy of the provisions from FAR 52.212-1, 52.212-3, and DFARS clause 252.212-7000 or you shall provide a copy of ORCA certifications if representations and certifications have been completed electronically via the ORCA website at https://orca.bpn.gov. It is a Department of Defense requirement for all offerors to register in the Central Contractor Registry (CCR) located at www.ccr.gov in order to be considered for an award. All offerors who are not registered in CCR prior to contract award must be registered in CCR before an award can be made. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government to not award based on the responses to this solicitation is solely within the discretion of the Government. Offers may be submitted electronically to summer.wilson2@us.army.mil. ATTN: Summer Wilson please reference the solicitation number W9QV1-12-R-0046 in the subject line. Direct all questions regarding this solicitation to Summer Wilson, at summer.wilson2@us.army.mil. Quotes are due no later than 12:00 p.m. EST, 10 September 2012. We had technical difficulties in our office with our internet access on Friday which prevented me from posting the questions and answer on 31 August 2012. Due to the delayed posting of the questions and answer the suspense date for this requirement is extended from 7 September 2012 to 10 September 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd8588b1177658edf1a1779d48e5f13b)
 
Place of Performance
Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
 
Record
SN02867466-W 20120906/120905001458-fd8588b1177658edf1a1779d48e5f13b (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.