MODIFICATION
W -- Provide Vertical Wind Tunnel and Ground/Air Training Support and US Parachute Association Certificationfor Personel for Military Fre-Fall (MFF)Operations.
- Notice Date
- 1/29/2015
- Notice Type
- Modification/Amendment
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-14-T-0181
- Response Due
- 2/10/2015
- Archive Date
- 3/30/2015
- Point of Contact
- LaTasha A. Isaac, 928-328-6162
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(latasha.a.isaac.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment to solicitation W9124R-14-T-0181 is issued to make the following corrections to the response date and the question period. 1. The response (close) date for RFQ is 11 February 2015 at 12:00(NOON)PM MST. 2. The question period closes 05 February 2015 at 12:00 (NOON) PM MST. **END OF AMENDMENT** ________________________________________________________________________________ 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. Combined Synopsis Solicitation - Lease of Vertical Wind Tunnel and Aircraft Support Response Date: 11 February 2015 at 12:00 (NOON) PM MST Solicitation No: W9124R-14-T-0181 This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included within this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78, Effective 26 Dec 2014 and Defense Federal Regulation Supplement (DFARS), current to DPN 201500115 (Effective 15 Dec 2014) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.acquisition.gov. All offerors must fill out the DFARS 252.209-7993 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Appropriations (Deviation 2014-000006) (Feb 2014) and submit with quote. This solicitation is being issued as a Request for Quotations (RFQ) under Solicitation Number W9124R-14-T-0181, which will result in a single-award, firm fixed price contract. This action is being solicited as 100% small business set aside. The North American Industry Classification System (NAICS) code is 532411- Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing with a size standard of $32.5M. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis and tradeoffs are not permitted. Award will be made on an all or none basis. Offerors must propose to perform all aspects of the Performance Work Statement (PWS) in Attachment 2. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for a lease Aircraft support for up to 15 personnel at a time conducting MFF operations consisting of High Altitude Low Opening and High Altitude High Opening (to altitudes 19.500 MSL and two nautical miles of standoff), individual lift tickets, and FAA instructor personnel that can certify all United States Parachute Association (USPA) licensing requirements upon request. Aircraft utilized for MFF operations during day or night will require (1) aircraft (tailgate) capable of meeting the above referenced requirements. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform the military free fall support services as defined in the PWS. Quotes shall conform to the Contract Line Item Number (CLINs) structure indentified in Attachment 1. Offerors shall refer to Attachment 3 - Clauses & Provisions for additional information such as submission instructions and evaluation criteria for this procurement. Offerors must provide a Unit Price and Total Extended Price (Net Amount) for all CLINs. Payment will be made by Government Wide Area Work Flow (WAWF). Arizona vendors are to include Arizona Privilege Tax. This RFQ closes on 11 February 2015 at 12:00 PM Mountain Standard Time (MST). There will be only one question period. Questions must be submitted in writing. All questions concerning this requirement must be emailed to the POC listed below no later than Tuesday, 05 February 2015 at 12:00 P.M. MST. Reference RFQ W9124R-14-T-0181 on all inquires. Attachments: Attachment 1 - CLIN Structure Attachment 2 - PWS Attachment 3- Clauses & Provisions Attachment 4- Wage Determination - 2005-2027 Attachment 5 - DFARS 252.209-7992
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2a0523832abf17177556d2cab70ba025)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN03627652-W 20150131/150129234416-2a0523832abf17177556d2cab70ba025 (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 |