Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
SOLICITATION NOTICE

36 -- Test Stand Engineering/Maintenance - PWS

Notice Date
1/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
F2DCAM4344A001
 
Point of Contact
William G. Sholler, Phone: 8017752197, Randy Tobler,
 
E-Mail Address
william.sholler@hill.af.mil, randy.tobler@hil.af.mil
(william.sholler@hill.af.mil, randy.tobler@hil.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Based Work Statement PRs: F2DCAM4344A001 & F2DCCU4344A001 Hydraulic Test Stand Maintenance and Engineering Services. This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, - streamlined procudures for evaluation and solicitation for commercial service - as supplemented with additional information included in this notice. The Government's notice to solicit and negotiate with only one source under the authority of FAR 6.302. Sole source will be to Dayton T. Brown, Inc. for a basic year and two (2) option years. This announcement constitutes the only solicitation; proposal is being requested and a written solicitation will not be issued. This combined sysnopsis solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This notice is not a request for competitive proposals. However, information received will be considered solely for the purpose of determining wherther to conduct a competitive procurement. The Air Force intends to place a Single, Firm-Fixed Price contract with discussions to the responsible offeror. The offer must conform to the Purchase Specification and will be Best Value to the Government. Best Value is the most advantageous offer, price and other factors considered with the Government's stated importance of evaluation criteria. It is the Government's intent to award on an "all-or-none" basis to satisfy this requirement. This acquisition is for 100% Small Business Set Aside, under NAICS code 541519, Size Standard $27,500,000. Schedule Of Items: Responsible quoter shall provide Firm Fixed Price (FFP) pricing for the items below: 0001: Test Stand Engineering/Maintenance Telephone Support for 309th. Firm Fixed Price (FFP) 0001AA: MXSG Support 12 Months 0001AB: CMXG Support 12 Months 0002: On-Site Test Stand Engineering/Maintenance Support for 309th. (FFP) 0002AA: MXSG Support 12 Months 0002AB: CMXG Support 12 Months 0003: On-Site Test Stand Support Materials for 309th. (FFP) 0003AA: MXSG Support 1 Lot 0003AB: CMXG Support 1 Lot 0004: Travel. (FFP) 0004AA: MXSG Support 1 Lot 0004AB: CMXG Support 1 Lot 0005: Data (CDRL's). (FFP) 0005AA: MXSG Support Not Seperately Priced (NSP) 0005AB: CMXG Support Not Seperately Priced (NSP) 0006: Test Stand Engineering/Maintenance Telephone Support for 309th. FAR 52.217-8 Option To Extend Services Firm Fixed Price (FFP) Option 0001AA: MXSG Support 6 Months 0001AB: CMXG Support 6 Months 0007: On-Site Test Stand Engineering/Maintenance Support for 309th. FAR 52.217-8 Option To Extend Services (FFP) Option 0002AA: MXSG Support 6 Months 0002AB: CMXG Support 6 Months 0008: On-Site Test Stand Support Materials for 309th. FAR 52.217-8 Option To Extend Services (FFP) Option 0003AA: MXSG Support 1 Lot 0003AB: CMXG Support 1 Lot 0009: Travel. FAR 52.217-8 Option To Extend Services (FFP) Option 0004AA: MXSG Support 1 Lot 0004AB: CMXG Support 1 Lot 0010: Data (CDRL's). FAR 52.217-8 Option to Extend services (FFP) Option 0005AA: MXSG Support Not Seperately Priced (NSP) 0005AB: CMXG Support Not Seperately Priced (NSP) 0101: Test Stand Engineering/Maintenance Telephone Support for 309th. Firm Fixed Price (FFP) Option 1001AA: MXSG Support 12 Months 1001AB: CMXG Support 12 Months 0102: On-Site Test Stand Engineering/Maintenance Support for 309th. (FFP) Option 1002AA: MXSG Support 12 Months 1002AB: CMXG Support 12 Months 0103: On-Site Test Stand Support Materials for 309th. (FFP) Option 1003AA: MXSG Support 1 Lot 1003AB: CMXG Support 1 Lot 0104: Travel. (FFP) Option 1004AA: MXSG Support 1 Lot 1004AB: CMXG Support 1 Lot 0105: Data (CDRL's). (FFP) Option 1005AA: MXSG Support Not Seperately Priced (NSP) 1005AB: CMXG Support Not Seperately Priced (NSP) 0201: Test Stand Engineering/Maintenance Telephone Support for 309th. Firm Fixed Price (FFP) Option 2001AA: MXSG Support 12 Months 2001AB: CMXG Support 12 Months 0202: On-Site Test Stand Engineering/Maintenance Support for 309th. (FFP) Option 2002AA: MXSG Support 12 Months 2002AB: CMXG Support 12 Months 0203: On-Site Test Stand Support Materials for 309th. (FFP) Option 2003AA: MXSG Support 1 Lot 2003AB: CMXG Support 1 Lot 0204: Travel. (FFP) Option 2004AA: MXSG Support 1 Lot 2004AB: CMXG Support 1 Lot 0205: Data (CDRL's). (FFP) Option 2005AA: MXSG Support Not Seperately Priced (NSP) 2005AB: CMXG Support Not Seperately Priced (NSP) Period Of Performance Basic Year: February 2015 thru February 2016 Option Year 1: February 2016 thru February 2017 Option Year 2: February 2017 thru February 2018 6 Month Extension: February 2018 thru July 2018 Delivery: N/A FOB: Destination - Deliverables will be inspected upon arrival Proposal must include Contractors Name, Cage Code, DUNS Number, Tax ID Number, Contact Name, Number and email address. The offeror shall state"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are aceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). Evaluation Factors: 1. Price - Offeror's must provide firm fixed pricing for all CLIN's. 2. Technical Acceptability - Means the quoter is the manufacturer or an authorized reseller, and can provide all required parts/services. Evaluation and Basis for Award: (a) 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: This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, that is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements. Note: If a proposal receives an "Unacceptable" rating after initial evaluation and will require revisions in order to meet the technical requirement, the Government reserves the right to exclude the offeror from the competitive range. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price, 2. Technical Acceptability. 1) Price: Offers will be ranked by price from lowest to highest then beginning with the lowest they will be evaluated to ensure they meet the technical requirements (including ARC). As soon as an offer is found that meets the requirements, the evaluation will end, and no more expensive proposals will be evaluated. 2) Technical Acceptability: Technical acceptability will be rated on an acceptable/unacceptable basis. Acceptable ratings will be given when the offerors proposal clearly meets the minimum requirements of this combined synopsis solicitation. An unacceptable rating will be given when offerors proposal does not clearly meet the minimum requirements of the combined synopsis solicitation. Technical requirements means the quoter is the manufacturer or an authorized reseller, and can provide all required parts/services. Applicable Provisions and Clauses This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. FAR 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) - - Alternate I 52.204-4 Printed or Copied Double-=Sided on Recycled Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Government's Interest When SubcontractingWith Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors - - Commercial Items 52.212-2 Evaluation - - Commercial Items 52.212-3 Offeror Representations and Certifications - - Commercial Items 52.212-4 Contract Terms and Conditions - - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or executive Orders - - Commercial Items 52.222-12 Contract Termination - Debarment 52.222-19 Child Labor - - Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.223-5 Pollution Prevention and Right-to-know Information 52.228-5 Insurance - Work On A Government Installation 52.232-18 Availability Of Funds 52.232-33 Payment by Electronic Funds Transfer - - Central Contractor registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection Of Government Buildings, Equipment, and Vegetation 52.242-13 Bankruptcy 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses 252.201-7000 Contracting Officer's Representative 252.204-7000 Disclosure Of Information 252.204-7003 Control Of Government Personnel Work Product 252.209-7004 Subcontracting With Firms That are Owned or Controlled By The Governemnt of a Terrorist Country 525.212-7001 (Dev) Contract Terms and Conditions Required to implement Statutes or executive Orders Applicable to defense Acquisitions of Commercial Items (Deviation) 252.232-7003 Electronic Submission of Payment Requests and Receiving reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by sea 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - - Commercial Items (Apr 2011) (Deviation) 52.217-8 Option To Extend Services 52.217-9 Option To Extend The Term Of The Contract 252.232-7006 Wide Area Workflow Payment Instructions 252.237-7023 Continuation of Essential Contractor Services 252.237-7024 Notice Of Continuation Of Essential Contractor Services 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety On Government Installations 5352.242-9000 Contractor Access To Air Force Installations 5352.242-9001 Common Access Cards (CAC's) For Contractor Personnel SAM Registration All prospective offerors must obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM/ in order to transact business with the Government. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror. Question SUBMISSION: Questions related to this RFQ shall be received, via email, to William Sholler william.sholler@us.af.mil no later than February 08, 2015 4:00 PM MST. It is the Contractor's responsibility to ensure that questions are received by the Contracting Department within the required timeframe. Any questions received after the time and date listed above will not be addressed. Offers are due on February 08, 2015 4:00 pm MST. Offers shall be received by ¬February 08 2015,4:00 pm MST to be considered for award. All offers shall be emailed directly to William Sholler william.sholler@us.af.mil with a cc copy to randall.tobler@us.af.mil The offeror shall ensure the Contracting point of contact acknowledge receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2DCAM4344A001/listing.html)
 
Place of Performance
Address: Hill Air Force Base, Utah, 84056, United States
Zip Code: 84056
 
Record
SN03626549-W 20150130/150128234735-149affd9e7d323e1107b949bacd5ac43 (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.