SOLICITATION NOTICE
R -- Force Support Flight Operations Support Services - Solicitation Package
- Notice Date
- 9/1/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, National Guard Bureau, 129 MSG/MSC, CA ANG, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035, United States
- ZIP Code
- 94035
- Solicitation Number
- W912LA-17-R-7002
- Archive Date
- 10/5/2017
- Point of Contact
- Paul N. Ochs, , Bardia Barmaki,
- E-Mail Address
-
paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil
(paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4 - Additional Instructions to Offerors Attachment 3 - Applicable Provisions and Clauses Attachment 2 - Proposal Cover Sheet Attachment 1 - Performance Work Statement Combined Synopsis/Solicitation Request for Proposal Personnel Flight Operations Support Services 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W912LA-17-R-7002 and is hereby issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 ( 19 January 2017 ). This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 541990, " ALL OTHER PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES " is applicable. The Small Business Size Standard is $15,000,000.00. The Government intends to award a firm fixed-price (FFP) contract for all services detailed in the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the specified performance period. The CLINS are also detailed on Attachment 2, Proposal Coversheet. CLIN 0001 PERSONNEL FLIGHT OPERATIONS SUPPORT SERVICES The Contractor shall provide PERSONNEL FLIGHT OPERATIONS SUPPORT SERVICES in support of the 129th Force Support Flight. All work shall conform to the attached Performance Work Statement (PWS). CLIN 0002 CONTRACTOR MANPOWER REPORTING Contractor shall provide CONTRACTOR MANPOWER REPORTING in accordance with Paragraph 4.7 of the attached Performance Work Statement (PWS). The FAR provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. See the full text of the provision provided in Attachment 3, Applicable Provisions & Clauses, for instructions on submitting a proposal. The FAR provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See the full text of the provision provided in Attachment 4, Instructions, for the evaluation criteria. The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement. Offeror's are advised to submit a completed copy of the provision with their offer (see Attachment 3, Applicable Provisions & Clauses). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference. Offerors are advised of the additional contract requirements: § IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Questions regarding this solicitation must be received no later than 2:00 PM, 15 September 2017. Submit questions to both email addresses identified below. All proposals must be submitted no later than 2:00 PM, 20 Sep 2017. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal. Offerors shall submit their proposal as specified below: The Offeror shall submit their proposal via email. When submitting proposals, the Offeror will need to send their proposals to both of the following persons: MSgt Paul (Nick) Ochs ( paul.n.ochs.mil@mail.mil ) MSgt Bardia Barmaki ( bardia.barmaki.mil@mail.mil ) ATTACHMENTS 1 Performance Work Statement (16 Pages) 2 Proposal Coversheet (2 Pages) 3 Applicable Provisions & Clauses (33 Pages) 4 Additional Instructions to Offerors (7 Pages)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-17-R-7002/listing.html)
- Place of Performance
- Address: Mission Support Facility, Building 653, Moffett ANGB, California, 94035, United States
- Zip Code: 94035
- Zip Code: 94035
- Record
- SN04658614-W 20170903/170901231356-0b071e071edd84b97cd6f26de1c2160f (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 |