SOLICITATION NOTICE
B -- Guardian Angel Air Deployable Rescue Vehicle Post Block 1 Upgrade Validation Testing - Solicitation Attachments
- Notice Date
- 3/15/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-17-R-5004
- Archive Date
- 4/18/2017
- Point of Contact
- Amber A. Taylor, Phone: 9376568463, Joni L Dingledine, Phone: 9376568204
- E-Mail Address
-
amber.taylor.9@us.af.mil, joni.dingledine@us.af.mil
(amber.taylor.9@us.af.mil, joni.dingledine@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 4 - PPQ Attachment 3 - CDRLs Attachment 2 - GFP List Attachment 1 - Statement of Work (SOW) dated 10 March 2017 This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Parts 12.6 and 13.1 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and is issued as a request for proposal (RFP); a separate written solicitation will not be issued. All responsible sources may submit a proposal which shall be considered. In accordance with FAR 13.106-2(b)(3), the Government intends to award a contract without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Further, the Government reserves the right to make no award if determined by the Contracting Officer to be in the best interest of the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93, effective 1 Jan 2017. Anticipated Contract Type: Firm Fixed Price (FFP) and Time and Materials (T&M) Anticipated Contract Line Item (CLIN) Structure: CLIN 0001 - GAARV Testing of Post Block 1 Upgrades (FFP) Test Plan Development, Receiving Inspection and Training, Evaluation, Final Inspection and Shipment, Report Development, and Vehicle Maintenance in accordance with Statement of Work (SOW) dated 10 Mar 2017 CLIN 0002 - Contract Data Requirements List (CDRLS) (Not Separately Priced) Documents identified in SOW Section 6.0 CLIN 0003 - Contractor Acquired Property (CAP) (FFP) Consumables acquired and utilized IAW SOW Section 4.2 and excess delivered IAW SOW Section 4.5 CLIN 0004 - Test Incidents (T&M) Anomaly resolution and report development IAW SOW Section 4.4 Place of Contract Performance: TBD; Awardee's proposed testing facility Anticipated Period of Performance: 24 Apr 2017 - 24 Jun 2017 NAICS Code: 541380, Testing Laboratories Size Standard: $15,000,000 Set Aside Status: not set-aside; full and open competition Response Submission Time/Date Deadline: not later than (NLT) 12:00 noon Eastern time, 4 April 2017 Method of Submission: E-mail submission to all parties identified above. Offerors shall verify that the Government has received the submission by contacting one of the parties identified above via telephone at the time of submission. SECTION L - Instructions to Offerors Submission of Offers Submit a signed and dated offer via electronic mail (e-mail) to the Government points of contact specified in this solicitation not later than the submission deadline specified in this solicitation. At a minimum, offers must include: (1) Solicitation number reference; (2) The name, address, and Point of Contact with telephone number and email address; (3) A Technical Description, not to exceed 15 pages of: (a) each task to be performed and each document to be delivered, coupled with a proposed test/deliverables schedule; (b) a description of the qualifications of personnel within each labor category proposed to perform the scope of work; (c) the mechanisms utilized to acquire contractor-acquired property and to manage government furnished property (GFP) such as a description of the offeror's property management system, plan, and any customary commercial practices, voluntary consensus standards, or industry-leading practices and standards to be used by the offeror in managing Government property; and (d) other pertinent information in sufficient detail to allow the Government to evaluate compliance with the requirements in the solicitation. (e) The technical description shall be developed in Microsoft Word or Adobe format, not to exceed 15 pages (8.5x11, Arial Point 11 font, single-spaced). The schedule may be prepared in Microsoft Project on 11x17 sized paper, not to exceed two (2) pages included in the overall 15 page count limitation. (4) Past Performance Information: (a) Provide three (3) past performance references for recent (defined as period of performance ending not earlier than two years prior to the date of this solicitation) and relevant contracts for the same or similar scope of work, not to exceed two (2) pages each, to include a summary of the scope of work, corrective actions taken, if any, for substandard performance as well as any current performance problems. Furnish the following information for each contract reference: i. Contracting agency/customer ii. Contract number iii. Contract type iv. Contract dollar value (initial and end and explain the difference if attributed to other than option exercise) v. Period of performance vi. Verified name, title/role, telephone number and email address of the Contracting Officer or Program Manager; (b) For each past performance reference identified; provide a copy of the attached past performance questionnaire (PPQ) (Solicitation Attachment 4) to the primary POC and request he/she return the completed PPQ to the Government points of contact identified in this solicitation by the response deadline specified in this solicitation. In the event the Government does not receive completed PPQs by the submission deadline, it will attempt to contact and survey the past performance reference directly. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Past Performance Information shall be prepared in Microsoft Word or Adobe format. (5) A Price Matrix in the following format: (a) By CLIN and supported by a basis of estimate (BOE), by task, that identifies the proposed hours, labor categories and labor rates for each task; (b) For Time and Materials (T&M) CLIN 0004, Test Incident Reports, the Offeror shall estimate a quantity of 10 incidents, and: i. The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by- (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control. (c)The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price. (d) A completed copy of the representations and certifications at FAR 52.212-3 Alt1; i. System for Award Management. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the response time for submission of proposals, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (f) All pricing spreadsheets shall be prepared in an editable (i.e. not "read-only") Microsoft Excel format. The Pricing Matrix is not page-limited. (6) Acknowledgment of Solicitation Amendments, as applicable; (7) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; and (8) A statement that the Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for submission of responses. GFP The Government will provide the items listed in Solicitation Attachment 2, "Government Furnished Property," as GFP. This list will be incorporated into the contract at award. CDRLs A DD Form 1423-1, Contract Data Item Listing, is provided as Solicitation Attachment 3 for each not separately priced (NSP) data item identified for delivery under the contracted effort. The CDRL package will be incorporated into the contract at award. (a) The Government anticipates the deliverables identified in the CDRL package will be delivered Government Purpose Rights. (b) The Offeror shall complete provisions 252.227-7017, "Identification and Assertion of Use, Release, or Disclosure Restrictions," and 252.227-7028, "Technical Data or Computer Software Previous Delivered to the Government," as applicable, and include both with the Pricing Matrix. Late Submissions Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (a) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; (b) If this solicitation is a request for proposals, it was the only proposal received. i. However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received. Applicable Solicitation Provisions and Contract Clauses The following provisions and clauses, and addenda as provided, apply to this acquisition. The clauses in full text may be located at: http://farsite.hill.af.mil. 52.204-7, System for Award Management (Provision) 52.204-13, System for Award Management Maintenance (Clause) 52.204-16, Commercial and Government Entity Code Reporting (Provision) 52.204-18, Commercial and Government Entity Code Maintenance (Clause) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Clause) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Provision) 52.212-4, Contract Terms and Conditions -- Commercial Items (Clause) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Clause); 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-03, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.225-13, 52.232-33, and 52.232-36 are selected as applicable within the clause. 52.216-31, Time and Materials/Labor Hour Proposal Requirements (Provision) 52.232-40, Providing Accelerated Payments to Small Business subcontractors (Clause) 252.227-7013, Rights in Technical Data-Noncommercial Items (Clause) 252.227-7015, Technical Data-Commercial Items (Clause) 252.227-7016, Rights in Bid or Proposal Information (Clause) 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions (Provision) 252.227-7025, Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends (Clause) 252.227-7028, Technical Data or Computer Software Previous Delivered to the Government (Clause) 252.227-7030, Technical Data-Withholding of Payment (Clause) 252.227-7037, Validation of Restrictive Markings on Technical Data (Clause) 52.245-1, Government Property (Clause) 52.245-9, Use and Charges (Clause) 252.211-7007, Reporting of Government Furnished Property (Clause) 252.245-7001, Tagging, Labeling and Marking of Government-Furnished Property (Clause) 252.245-7002, Reporting Loss of Government Property (Clause) 252.245-7003, Contractor Property Management System Administration (Clause) 252.245-7004, Reporting, Reutilization and Disposal (Clause) Solicitation Attachments: 1. Statement of Work (SOW) entitled Guardian Angel Air-Deployable Rescue Vehicle (GAARV) Post-Block 1 Upgrade Validation Testing, dated 1 Mar 2017 2. Government Furnished Property (GFP) 3. Contract Data Requirements Listing (CDRLS) 4. Past Performance Questionnaire (PPQ) SECTION M - Evaluation Criteria The Government intends to award a single contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and represents the best value to the Government, price and other factors considered. The Government will select the best value offeror utilizing a Performance Price Tradeoff (PPT) evaluation wherein the following factors shall be used to evaluate offers: Technical Acceptability Past Performance Price Technical Factor The Government will evaluate technical content on a Pass/Fail basis. The proposals will be evaluated against the following subfactors, and a rating of "Acceptable" or "Unacceptable" will be assigned to each. Failure to meet a requirement may result in an offer being determined technically unacceptable. Any proposal receiving one or more subfactor rating of "Unacceptable" will be determined to not be technically acceptable, and will receive a Technical Factor rating of "Fail." A proposal receiving a Technical Factor rating of "Fail" will not be evaluated further. Subfactor 1 - Facilities The proposal demonstrates the Offeror owns, or has access to, a facility/facilities (1) within the radius stipulated in SOW Section 5.2, and (2) that support the schedule requirements stipulated in 5.1 and (3) scope of work defined in SOW Sections 4.0 to 4.7. Subfactor 2 - Property The proposal demonstrates the Offeror has adequate processes for obtaining Contractor Acquired Property (CAP) and for managing Government Furnished Property (GFP) as required in SOW Section 4.2. Subfactor 3 - Testing and Deliverables The proposal demonstrates the Offeror has captured all tasks and deliverables identified in SOW Sections 4.0 to 4.7 and 6.0. Subfactor 4 - Personnel The proposal demonstrates the Offeror has proposed personnel meeting the minimum qualifications and experience defined in SOW Section 5.3, and capable to successfully execute the scope of work identified in Sections 4.0 to 4.7. Price Next, the Government will rank all proposals with a Technical Factor rating of "Pass" from lowest to highest price and assess past performance as described in the following "Past Performance" subsection, beginning with the lowest priced technically acceptable evaluated proposal. When applicable, the price evaluation adjustment for HUBZone small business concerns will be applied in accordance with FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, to arrive at a total evaluated price. If the lowest priced technically acceptable evaluated proposal is assigned a performance confidence assessment rating of "Substantial Confidence," then that offer represents the best value for the Government and the evaluation process stops at this point. An award shall be made to that Offeror without further consideration of any other offers. If the lowest priced, technically acceptable, proposal is not assigned a performance confidence rating of "Substantial Confidence," the next lowest priced proposal will be evaluated and the process will continue (in order by price) until an Offeror is judged to have a Substantial Confidence performance assessment. Past Performance The Government will assess the Offeror's ability to perform the effort described in this solicitation, based on the offeror's demonstrated performance on relevant (i.e. similar in service, complexity, dollar value and contract type) ongoing and/or recently completed efforts, and will assign an overall performance confidence assessment of: Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, or No Confidence, as defined below. Offerors with no relevant past or present performance history shall receive the rating "Neutral Confidence," meaning the rating is treated neither favorably nor unfavorably. Relevant past performance will inform the confidence rating more heavily than non, or less-relevant past performance. Rating/Description Substantial Confidence - Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence - Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence - No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence - Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence - Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-17-R-5004/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04435859-W 20170317/170315234604-3ce973074e64478fa6387f937b3d43a1 (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 |