Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
MODIFICATION

S -- Aircraft Fleet Services

Notice Date
4/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
FA8601-18-R-0023
 
Archive Date
4/28/2018
 
Point of Contact
Eric Filion, Phone: 9375224520
 
E-Mail Address
eric.filion@us.af.mil
(eric.filion@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: THE RESPONSE DATE FOR SUBMISSIONS HAS BEEN CHANGED TO 4/13/2018 AT 5:00 PM EASTERN STANDARD TIME. Note: This combined synopsis/solicitation description was amended on 3/22/2018 to clarify that this combined synopsis/solicitation will be the only solicitation issued, and that there will not be a subsequent written solicitation; to specify that this acquisition will be for a commercial item; that Simplified Acquisition Procedures are being used; to clarify how the awardee will be chosen; to add a brief decsription of the attachments; and to add the Site Visit information below. ATTACHMENTS HAVE NOT BEEN CHANGED IN ANY WAY. This is a combined synopsis/solicitation for the acquisition of Aircraft Fleet Services. This solicitation is prepared in accordance with 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 is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The solicitation number is FA8601-18-R-0023; the NAICS code is 488190; and the size standard for small businesses is $32,500,000. The anticipated award is firm fixed price, for a commercial item, 100% set aside for small business. Additional details on the requirement can be found in the Performance Work Statement (attached). An organized Site Visit is scheduled for 30 March 2017 at 10:30 a.m. Eastern Standard Time. Government personnel will meet all interested vendors in the parking lot at the Hope Hotel near Gate 12A. Contractors are required to RSVP for the Site Visit no later than 72 hours in advance of the scheduled date. In accordance with FAR 52.237-1, Site Visit (Apr 1984), attendance is not required, but it is recommended for clarification of the requirements. RSVP should include name of the attending individual and company name. Each company is allowed to send no more than two attending individuals on their behalf. All interested parties must provide a proposal package by the time specified below to the Government in order to be considered for award. Proposal packages shall include all data and information requested and shall be submitted in accordance with the instructions found in the provision at FAR 52.212-1 - Instructions to Offerors - Commercial Items (JAN 2017), which has been tailored by Attachment 4, Additional Instructions to Offerors. Non-conformance with the instructions may result in an unfavorable proposal evaluation. All applicable provisions and clauses are located in the attached solicitation document. Please note that the government DOES NOT intend to hold discussions; therefore, in order to be considered acceptable, the offeror must demonstrate a clear understanding of the required services as described in the attached Performance Work Statement. The anticipated contract duration is five (5) years, including a base year and four option years as follows: -Base period: 01 Jun 2018 - 31 May 2019 -Opt Yr. I: 01 Jun 2019 - 31 May 2020 -Opt Yr. II: 01 Jun 2020 - 31 May 2021 -Opt Yr. III: 01 Jun 2021 - 31 May 2022 -Opt Yr. IV: 01 Jun 2022 - 31 May 2023 Please provide pricing for each of the five CLINs, corresponding to the above base/option dates, found in the attached combined synopsis/solicitation. Please note that the Government does reserve the right to not award the contract. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Wide Area Workflow (WAWF) is the DoD system of choice for implementing this provision. Use of the basic system is at no cost to the contractor. A detailed description of the requirement including period of performance, provisions and clauses, representations and certifications, and specifications are provided in the attached documents. Upon award, any provisions that were were in the draft contract (including representations and certifications) will be removed from the award document. Attachments to the announcement: 1. Combined Synopsis/Solicitation Document (38 pages) 2. Attachment 1 - Performance Work Statement 3. Attachment 2 - Transient Aircraft Service Prices 4. Attachment 3 - Wage Determination 2015-4731 (Rev. 5) 5. Attachment 4 - Additional Instructions to Offerors 6. Attachment 5 - Evaluation Factors Complete proposal packages are due by 5:00 PM Eastern Standard Time on April 5th, 2018, and are to be submitted per the instructions in Attachment 4 to the solicitation document, Additional Instructions to Offerors. Please disregard the "Contracting Office" address below and use only addresses specified in the attachments. The contracting officer is not responsible for locating or obtaining any information that is not provided with the proposal. Please direct other inquiries to Eric Filion at (937) 522-4520 or eric.filion@us.af.mil. Be advised that all correspondence sent via email shall contain a subject line that reads "Aircraft Fleet Services". Note that email filters at Wright-Patterson are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e..exe or.zip files). Therefore, if this subject line is not included, the email may not get through the email filters. If sending attachments with email, ensure only.pdf,.doc, or.xls documents are sent. The email filter may delete all other form of attachments. IT IS THE RESPONSIBILITY OF THE OFFEROR TO FOLLOW UP WITH THE POINT OF CONTACT ABOVE TO CONFIRM RECEIPT OF ANY CORRESPONDENCE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-18-R-0023/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04881469-W 20180408/180406230955-ca2320d988b91deb49e168f0212dac65 (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.