Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2014 FBO #4619
SOLICITATION NOTICE

V -- Packing and Crating Services

Notice Date
7/16/2014
 
Notice Type
Presolicitation
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
 
ZIP Code
67221-3702
 
Solicitation Number
FA4621-14-R-0003
 
Point of Contact
Lisa M. Murrell, Phone: 316-759-2647, Christian T. Ates, Phone: 316-759-4512
 
E-Mail Address
lisa.murrell@us.af.mil, christian.ates@us.af.mil
(lisa.murrell@us.af.mil, christian.ates@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing announces the projected solicitation for the Direct Procurement Method (DPM) Packing and Crating service requirement at McConnell AFB, Kansas 67221. The 22d Contracting Squadron (AMC), McConnell Air Force Base (AFB), Kansas, intends to issue a Request for Proposal (RFP) for a 100% set-aside to Small Businesses on or about 1 September 2014 for the acquisition of DPM Packing and Crating Services to be performed at McConnell AFB, Kansas. All responsible businesses may submit a proposal which shall be considered by the agency. Responses to the Request for Proposal (RFP) will be evaluated using Price-Performance Tradeoff (PPTO) evaluation factors with performance being significantly more important than price. The Government intends to issue an award to a single firm under a Firm-Fixed-Price (FFP), Requirements type contract on or about 10 November 2014. Services will be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items. The expected award shall consist of one (1) base period of performance (one year, from 1 January 2015 through 31 December 2015) and may include up to four (4) optional periods of performance (each one year in duration, following the Federal Fiscal Year Calendar, and running consecutively from the expiration of the base period of performance). There is no guarantee that any optional periods of performance may be exercised. The NAICS code for this requirement is 488991, Packing and Crating Services. The Small Business size standard is $25,500,000. The contractor shall furnish all personnel, equipment, facilities, supplies, services and materials for the preparation of personal property of Department of Defense personnel for shipment and/or storage and related services in the following Kansas counties Allen, Barber, Barton, Bourbon, Butler, Chase, Chautauqua, Cherokee, Clark, Comanche, Cowley, Crawford, Edwards, Elk, Ford, Greenwood, Harper, Harvey, Hodgeman, Kingman, Kiowa, Labette, Marion, McPherson, Montgomery, Neosho, Ness, Pawnee, Pratt, Reno, Rice, Rush, Sedgwick, Stafford, Sumner, Wilson and Woodson. The Contractor is also required to have access to Government approved storage. All work shall be performed in accordance with all federal, state, and local regulations and the terms and conditions of this Performance Work Statement (PWS). The contractor is encouraged and expected to use innovative approaches to effectively and efficiently accomplish the requirements of this PWS in a timely manner and in a way that fosters pride and ownership in the work performed. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the PWS, the Department of Labor (DOL) Wage Determination and the Past and Present Performance Questionnaire, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fedbizopps.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package, which should be on or about 1 September 2014, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the System for Award Management (SAM) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on SAM registration can be obtained at the following web site: http://www.sam.gov. No response to this announcement is required. The Government will not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award, the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/proposal preparation costs. Per AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012), the following applies: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Mr. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, facsimile number (618) 256-6668, email: gregory.oneal@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-14-R-0003/listing.html)
 
Place of Performance
Address: 53384 Kansas St, Bldg 840, McConnell AFB, Kansas, 67221-3702, United States
Zip Code: 67221-3702
 
Record
SN03426673-W 20140718/140716234534-c453f3f56a6426f5b8a55b73c6d09111 (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.