Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

H -- Federal Aviation Administration (FAA) Certified Rigger Support for the Tandem, 8-Way, 4-Way and VFS Teams

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
199 6th Ave Ste 373, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-Q-17-5722
 
Response Due
5/25/2017
 
Archive Date
11/21/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
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. The solicitation number is W9124D-Q-17-5722 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 561910 with a small business size standard of $11.00M. This requirement is an [ Women-Owned Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-05-25 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28310 The MICC Fort Knox requires the following items, Meet or Exceed, to the following: LI 001: Federal Aviation Administration (FAA) certified parachute rigger support service in support of the US Army Parachute Team; 1,200 each tandem parachute pack jobs at Laurinburg, NC in accordance with the attached Statement of Work(SOW). Period of Performance 30 May 2017 through 29 May 2018., 1200, EA; LI 002: Federal Aviation Administration (FAA) certified parachute rigger support service for the U.S. Army Parachute Team (USAPT); 11,606 each standard pack jobs at Laurinburg, NC in accordance with the attached Statement of Work(SOW). Period of Performance 30 May 2017 to 29 May 2018, 11606, EA; LI 003: Federal Aviation Administration (FAA) certified parachute rigger support service in support of the US Army Parachute Team; 11,475 job for off site per diem not to exceed $11,475.00 to cover the estimated cost of travel and lodging in the performance of this contract. Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires prior Government approval/authorization and notification to the COR., 11475, job; LI 004: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services under this contract for the Federal Aviation Administration (FAA) certified parachute rigger support service in support of the US Army Parachute Team via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and click on "Department of the Army CMRA" on the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2017 Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Knox intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Knox is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The following FAR provisions are applicable by reference: 52.204-7 System for Award Management, 52.204-16 Commercial and Government Entity Code Reporting, 52.212-1 Instructions to Offerors--Commercial Items. The following FAR provisions are applicable by Full text: 52.212-3 Alt I Offeror Representations and Certifications-- Commercial Items Alternate I and 52.252-1 Solicitation Provisions Incorporated by Reference. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. The following FAR clauses are applicable by reference: 52.204-13 System for Award Management Maintenance, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-19 Incorporation by Reference of Representations and Certifications, 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.219-6 Total Small Business Set-Aside, 52.222-41 Service Contract Act of 1965, as Amended, 52.232-1 Payments, 52.232-8 Discounts for Prompt Payment, 52.232-39 Unenforceability of Unauthorized Obligations, and 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. The following FAR clauses are applicable by Full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.222.42 Statement of Equivalent Rates for Federal Hires, and 52.252-2 Clauses Incorporated by Reference. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http:// farsite.hill.af.mil/. The following DFARS provisions are applicable by reference: 252.203-7005 Representation Relating to Compensation of Former DoD Officials and 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS clauses are applicable by Full text: 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. The following DFARS clauses are applicable by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A System for Award Management Alternate A, 252.225-7048 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, and 252.244-7000 Subcontracts for Commercial Items. The following DFARS clauses are applicable by Full text: 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.232-7006 Wide Area Workflow Payment Instructions. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reports ”, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under “about WAWF ”. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dac8b57d777782090a0f5af2e4be031f)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310-5000
 
Record
SN04518676-W 20170525/170523235134-dac8b57d777782090a0f5af2e4be031f (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.