Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

J -- Airfield Lighting Control Monitoring System - Attachment 4 Bid Sheet - Attachment 6 General Decision CA - Attachment 3 PWS Airfield Lighting Control Monitoring Systems - Attachment 5 SCA Wage Determination - Attachment 1 Combined Synopsis Solicitation - Attachment 2 Mission Essential Services Plan

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-18-R-0003
 
Archive Date
8/25/2018
 
Point of Contact
Chelsi J. Creamer, Phone: 6612771993, Charles Richardson, Phone: 6612753248
 
E-Mail Address
chelsi.creamer.1@us.af.mil, charles.richardson@us.af.mil
(chelsi.creamer.1@us.af.mil, charles.richardson@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 Mission Essential Services Plan Attachment 1 Combined Synopsis Solicitation Attachment 5 SCA Wage Determination Attachment 3 PWS Airfield Lighting Control Monitoring Systems Attachment 6 General Decision CA Attachment 4 Bid Sheet Combined Synopsis/Solicitation - FA9301-18-R-0003 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Under this solicitation, a Request for Proposal (RFP) is hereby issued as solicitation number FA9301-18-R-0003. This solicitation uses the simplified acquisition procedures contained in FAR Part 13. All responsible sources may submit a firm-fixed price (FFP) proposal in response to this RFP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98 and DFARs Change Notice DPN 20180514 effective 20 Apr 2018, AFAC 2018-0525. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the best value to the Government. The associated NAICS code is 238210 Airport Runway Lighting Contractors. The corresponding small business size standard is $15 Million. This is a commercial acquisition, under Full and Open Competition and 100% small business set-aside. NOTICE TO CONTRACTORS: Funds are not presently available for this effort. No award will be made under this combined Synopsis/Solicitation until funds are available. The Government reserves the right to cancel this solicitation, whether before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offer for any costs. AFTC/PZIOB, Edwards AFB, CA is seeking to purchase Airfield Lighting Control Monitoring System (ALCMS) services to maintain and repair the Airfield Lighting Control Monitoring System (ALCMS) at Edwards AFB, CA. All work shall be performed in accordance with established industry/commercial standards as well as all local, state, and federal regulations. These requirements shall comply with Federal Aviation Administration (FAA), Military and International Civil Aviation Organization (IACO) standards. This contract does not include maintenance of Constant Current Regulators. Initial inspection and recommended replacement of inoperable system parts software and equipment shall take place within 30 days of award of this contract. All parts and labor required will be provided and installed by contractor invoiced on the applicable CLIN. The successful contractor shall maintain the existing ALCMS located in airfield vaults in buildings 1720, 4452, and the control tower residing in B1727. This maintenance includes all required inspections and maintenance of the ALCMS. There is a requirement that the successful vendor have the ability to upload and install Crouse-Hinds software on the existing hardware and that the successful vendor will be able to provide the services necessary to ensure proper operational condition of the entire system. PROPOSED CLIN STRUCTURE: X001: REGULAR SERVICE (2 EACH PER YEAR) X002: EMERGENCY SERVICE CALLS (2 EACH PER YEAR) X003: OVER AND ABOVE ($10,000 PER YEAR) 0004: REGULATOR TESTING (BASE PERIOD ONLY) Where X represents all out years. Period of Performance: 1 October 2018 - 1 April 2023, consisting of one (1) Six-Month Base Period (1 Oct 2018 - 1 April 2019), and four (4) One-Year, Option Periods. Over and Above - All proposals shall include $10,000 per year ($5,000 for the Base Period) for CLIN X003 Over and Above as described in items 1.7. and 1.7.1. of the PWS. The extended dollar value of CLIN X003 will be $45,000 for the contemplated one (1) Six-Month Base Period, and four (4) One-Year Option Periods. Proposals that do not include this dollar amount will be adjusted prior to price evaluation to include this dollar value. Proposals must be received no later than 10 Aug 2018 at 12:00PM Pacific Time. Any correspondence sent via e-mail must contain the subject line "Combined Synopsis/ Solicitation Airfield Lighting Management System EAFB." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Submit questions via email to chelsi.creamer.1@us.af.mil and courtesy copy to charles.richardson.16@us.af.mil no later than 25 July 2018 at 12:00PM Pacific Time. Late submissions will not be accepted. A detailed description of the requirement is provided in the attached Performance Work Statement. IMPORTANT NOTICE TO CONTRACTORS: Contractors are required to register at the System for Award Management (SAM) in order to be awarded a DoD contract and must maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. A Site Visit is not being considered at this time. ADDITIONAL INSTRUCTIONS: PART I - PRICE PROPOSAL - Submit by Email one (1) virus free electronic copy in.pdf or Microsoft Word or Excel 2013 format or earlier. PART II - TECHNICAL CAPABILITY STATEMENT - Submit by Email one (1) virus free electronic copy in.pdf or Microsoft Word or Excel 2013 format or earlier. a) Page Limits and Contract Submission Limits. 1. Page Limits. Limited to no more than 10 pages per Capability Statement submitted. 2. The minimum font size for the proposal is 12-point and the proposal must utilize Times New Roman font. b) Technical Capability Statement must address each of the following to be considered "Acceptable". 1. Mission Essential Contractor Services Plan: IAW DFARS 252.237-7023, Continuation of Essential Contractor Services, contractor shall address how mission essential Airfield Lighting Control Monitoring System services shall be provided during periods of crisis. The plan must adequately demonstrate a sound, logical approach. The plan must address each element as specified in paragraph 3 in The Mission Essential Contractor Services Plan Template, Attachment 2. BASIS FOR CONTRACT AWARD Pursuant to FAR 52.217-5 and 52.217-8, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Price 2) Technical Capability Technical Capability shall be rated on an "Acceptable/Unacceptable" basis. An "Unacceptable" rating will result in an "Unacceptable" rating for the Offeror's total proposal. No partial quotes for the services listed above will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-18-R-0003/listing.html)
 
Place of Performance
Address: Edwards AFB, CA, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN04986406-W 20180713/180711230808-a046e3168951b41aa4c41bd067bced01 (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  © 1994-2020, Loren Data Corp.