Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2019 FBO #6502
MODIFICATION

40 -- STS FAA Riggers

Notice Date
9/12/2019
 
Notice Type
Modification/Amendment
 
NAICS
314994 — Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO KY 123 MSC, 1101 GRADE LANE SUITE 2, LOUISVILLE, Kentucky, 40213-2614, United States
 
ZIP Code
40213-2614
 
Solicitation Number
W912KZ-Q-19-5066
 
Archive Date
10/1/2019
 
Point of Contact
Glennquetta Odom, Phone: 5024134617, Amanda Blackburn, Phone: (502) 413-4030
 
E-Mail Address
glennquetta.d.odom.mil@mail.mil, amanda.l.blackburn2.mil@mail.mil
(glennquetta.d.odom.mil@mail.mil, amanda.l.blackburn2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
UNFUNDED: **** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING**** PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2019. Please indicate all OPEN MARKET items you are quoting. Please provide DUNS#, Cage Code, TAX ID, GSA Schedule#, ad lead time. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and FAR 25.2) All line items will accept a meets, exceeds, or an OR Equal item. Or Equal (All items requested will accept a meets, exceeds, or an Or Equal item.) Please confirm that your items are on your GS Schedule or if they are Open Market. As this is a Department of Defense purchase request, all offered products must comply with the Buy American Act (FAR Section 25.1 and 25.2) Pending Availability of Funds. Please make quotes good through 30 September 2019. Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply. Award will be based on Lowest Price Technically Acceptable (LPTA) FBO Announcement: Combined Synopsis/Solicitation Action Code: <COMBINED> Subject: STS FAA Riggers Solicitation Number: W912KZ-19-Q-5066 Response Date: September 16, 2019 Contact Points: Glennquetta Odom Delivery shall be FOB Destination for the following items no later than 30 days ADC: Kentucky Air National Guard 1101 Grade Lane Louisville, KY 40213 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-2019-01) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 314994 with a small business size standard of 1,000 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration *** All interested Contractors shall provide a quote for the following: Background: All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item. GSA quotes received will take precedence over any open market quotes per FAR part 8 Price Schedule: All offerors shall provide a quotation for the following line items: Line Item 1: Base Year STS Rigging Services Period of Performance- 12 months Item Details: Provide 12 months of parachute rigging support from October 2019 - September 2020 CLIN Estimated Quantity Reserves 210 Freefall Mains 140 Static Line Mains 140 Travel 18 Repairs 40 Estimated Schedule Oct - 20 reserve / 10 freefall mains / 10 static line mains Nov - 20 reserve / 10 freefall mains / 10 static line mains Dec - 10 reserves / 5 freefall mains / 5 static line mains Jan - 10 reserve / 5 freefall mains / 5 static line mains Feb - 10 reserve / 10 freefall mains / 10 static line mains Mar - 10 reserve / 10 freefall mains / 10 static line mains Apr - 30 reserve / 15 freefall mains / 15 static line mains May - 20 reserve / 15 freefall mains / 15 static line mains Jun - 20 reserve / 15 freefall mains / 15 static line mains Jul - 20 reserve / 15 freefall mains / 15 static line mains Aug - 20 reserve / 15 freefall mains / 15 static line mains Sept - 20 reserve / 15 freefall mains / 15 static line mains Line Item 2: Option Year 1-- STS Rigging Services Period of Performance- 12 months Item Details: Provide 12 months of parachute rigging support from October 2020 - September 2021 CLIN Quantity Reserves 210 Freefall Mains 140 Static Line Mains 140 Travel 18 Repairs 40 Line Item 3: Option Year 2-- STS Rigging Services Period of Performance- 12 months Item Details: Provide 12 months of parachute rigging support from October 2021 - September 2022 CLIN Quantity Reserves 210 Freefall Mains 140 Static Line Mains 140 Travel 18 Repairs 40 Line Item 4 : Option Year 3-- STS Rigging Services Period of Performance- 12 months Item Details: Provide 12 months of parachute rigging support from October 2022 - September 2023 CLIN Quantity Reserves 210 Freefall Mains 140 Static Line Mains 140 Travel 18 Repairs 40 Line Item 5: Option Year 4-- STS Rigging Services Period of Performance- 12 months Item Details: Provide 12 months of parachute rigging support from October 2023 - September 2024 CLIN Quantity Reserves 210 Freefall Mains 140 Static Line Mains 140 Travel 18 Repairs 40 Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items contracting officer may insert provision when evaluating other factors are required 52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Clauses The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil 52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management 52.204-19 Incorporation by Reference of Representations and Certificates 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-4 Contract Terms and Conditions- Commercial Items 52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)) 52.222-3 Convict Labor (June2003) (E.O. 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013) Clauses incorporated by Full Text FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Mon day, September 16th, 2019 at 10:00AM EST. FAX quotations shall not be accepted. E-mail quotations shall be accepted at glennquetta.d.odom.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2019. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Glennquetta Odom, (502) 413-4617 if any additional information is required. Evaluation Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness. FAA Parachute Rigging Performance Work Statement 123 Special Tactics Squadron •1 DESCRIPTION OF SERVICES/GENERAL INFORMATION •1.1 Description of Services. The contractor will provide FAA Rigging and Repair s ervices for 123 rd Special Tactics Squadron (123 STS) Aircrew Flight Equipment Section. •1.2 123 rd Special Tactics Squadron mission support requirements: •1.2.1 Prerequisite: Contractor will have a minimum of Senior FAA Rigger Certification for packing and inspection, Master FAA Rigger certification required for various repairs per FAR guidance. •2 Tasks: Provide 12 months of parachute rigging support for the following systems. Estimates are based on training execution, total could be up or down depending jump requirements. •2.1 Special Operations Vector HH Parachutes in Free-Fall configuration main repack/inspections (5-20 monthly) •2.2 Special Operations Vector HH Parachutes reserve repack/inspections (5-20 monthly) •2.3 Special Operations Vector HH Parachute in Static-Line configuration repack/inspections (5-20 monthly) •2.4 Special Operations Vector Tandem Sigma Parachute main repack/inspections (2-5 monthly) •2.5 Special Operations Vector Tandem Sigma Parachute reserve repack/inspections (2 monthly) •2.6 Special Operations Vector MI Parachutes in Free-Fall configuration main repack/inspections (5-20 monthly) •2.7 Special Operations Vector MI Parachutes reserve repack/inspections (5-20 monthly) •2.8 Perform repairs as authorized and rated per FAR regulations for the parachute systems listed above (as needed) •2.9 Travel for pick-up and delivery (as required) •3 Notification and response time required: The 123 rd STS will provide a 10 working day notice prior to delivering parachutes systems and the contractor will provide the parachutes back in the proper packed configuration within 10 working days or as agreed on prior to pick up of parachute systems (surge operations could provide bulk quantities that cannot be safely turned within 10 working days). •4 Qualifications and Guidance: All parachute systems will be rigged IAW applicable current Air National Guard edition of Complete Parachute Solution manuals, the manuals will be provided to the contractor. 123 rd will provide updates on all manuals as soon as released and contractor will ensure only current manuals are used. •4.1 In process inspection checklist will be accomplished and documented during packing as required per manual. 123 rd STS will provide checklist template for use and contractor will return copies with packed parachutes. Quality assurance checks on the systems will be completed by the 123 rd STS and discrepancies will be reported back to the contractor within 10 working days after receipt of packed/repaired parachute systems. •4.2 Pick-up and return service will be provided by contractor on agreed dates unless alternate arrangements are agreed upon prior to service being performed. Contractor will provide secure transportation to protect assets. •4.3 Parachute repacks logs will be signed by rigger in the applicable log book (main and reserve), all parachutes (main and reserve) will be packed by a current Senior or Master FAA rigger. •5 Packing Cycle- All parachutes will be packed on a 365 day cycle (this is an approved message by the manufacturer for the Air National Guard). Message will be provided to the contractor at their request. •5.1 The 123 rd STS will be provided access to equipment at all times with a 24-Hour notification (this is required to meet short notice deployment of equipment and the need to access it within a deployment time window). •5.2 The Contractor will provide 123 rd STS any repair estimates prior to being performed. •6 Reports - Determines documentation requirements, prepares documentation/signs, and ensures proper disposition of paperwork. •6.1 Ensures that documentations requirements are met upon completion of the IPI. •7 Quality Control (QC): Contractor is responsible for all quality control and will be inspected by 123 STS AFE personnel as part of the Quality Assurance plan. •8 Quality Assurance (QA): The Government will evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government will do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) or defect rate(s). •9 Place and Performance of Services: Work will be performed at contractor facility. •10 Security Requirements. UNCLASSIFIED •11 Contract Manager (CM): The contactor shall designate a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The CM shall work through the COR, to resolve issues, receive technical instructions, and ensure adequate performance of services. The CM shall ensure that contractor employees do not perform any services outside the scope of the contract without an official modification issued by the KO. The CM shall ensure contractor employees understand that services performed outside the scope of the contract are performed wholly at the expense of the contractor. •12 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the property, material, equipment, and/or services listed below solely for the purpose of performance under this contract: •12.1 Property: None •12.2 Materials: Parachute systems requiring repacking and specific instruction manuals/regulations •12.3 Equipment: None •12.4 Services: None •12.5 Utilities: None TECHNICAL EXHIBIT 1 Performance Requirements Summary (PRS) This PRS includes performance objectives the Government will use to determine contractor performance and will compare contractor performance to the Acceptable Quality Level (AQL). Due to the nature of the life saving equipment the acceptable level is 100%. It is not acceptable to have an deviation from quality standards. Performance Objective Performance Standard Acceptable Quality Levels (AQL) Surveillance Method / By Whom Personnel Qualifications 1.2.1 Prerequisite: Contractor will have a minimum of Senior FAA Rigger Certification for packing and inspection, Master FAA Rigger certification required for various repairs per FAR guidance. All contractor personnel working on parachute systems must have the required certifications Contractor to provide documentation prior to commencing work to the COR./Periodic Inspections at contractor facility to verify who is packing parachute systems. Parachute System response time 3. Response time required: The 123rd STS will provide a 10 working day notice prior to delivering parachutes systems and the contractor will provide the parachutes back in the proper packed configuration within 10 working days or as agreed on prior to pick up of parachute systems (surge operations could provide bulk quantities that cannot be safely turned within 10 working days). Return parachutes within in the agreed upon timeline 90% of the time Monitor delivery schedule by the COR. Reports 6. Determines documentation requirements, prepares documentation/signs, and ensures proper disposition of paperwork. 6.1 Ensures that documentations requirements are met upon completion of the IPI. Reports are prepared as scheduled with timely execution in a clear, accurate, and professional manner 98% of the time. Accurately maintain documentation according to appropriate regulations 90% of the time The AFE Superintendent or Mission Support Superintendent/Logistics Officer will provide a monthly update on identified discrepancies and training shortfalls to the COR. Provide 12 months of parachute rigging support from September 2015-31 August 2016 for the following systems: Provide 12 months of parachute rigging support from September 2015-31 August 2016 for the following systems: Line Item 2: Option Year 1-- STS Rigging Services Period of Performance- 12 months Item Details: Provide 12 months of parachute rigging support from October 2020 - September 2021 Line Item 2: Option Year 1-- STS Rigging Services Period of Performance- 12 months Item Details: Provide 12 months of parachute rigging support from October 2020 - September 2021 Line Item 3: Option Year 2-- STS Rigging Services Period of Performance- 12 months Item Details: Provide 12 months of parachute rigging support from October 2021 - September 2022 CLIN Quantity Reserves 210 Freefall Mains 140 Static Line Mains 140 Travel 18 Repairs 40 CLIN Quantity Reserves 210 Freefall Mains 140 Static Line Mains 140 Travel 18 Repairs 40
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c51c8a5a21321a6feb47eef6d81a37a)
 
Record
SN05441801-W 20190914/190912230956-8c51c8a5a21321a6feb47eef6d81a37a (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.