Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2019 SAM #6593
SOLICITATION NOTICE

J -- Corrosion Control

Notice Date
12/16/2019 10:31:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA2517 21 CONS PETERSON AFB CO 80914-1192 USA
 
ZIP Code
80914-1192
 
Solicitation Number
FA251720Q0004
 
Response Due
12/30/2019 9:00:00 AM
 
Archive Date
01/14/2020
 
Point of Contact
Cody McLaughlin, Phone: 719-556-6116
 
E-Mail Address
cody.mclaughlin.1@us.af.mil
(cody.mclaughlin.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) Solicitation FA2517-20-Q-0004 is for Aircraft Wash and Corrosion Control. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation.(ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-O0001, dated 21 November 2019.(iii) This Blanket Purchase Agreement (BPA) is being solicited as 100% small business set-aside. The North American Industry Classification System (NAICS) code for this requirement is 488190, Other Support Activities for Air Transportation with a size standard not to exceed $35 million. A single award BPA will result after evaluation of offers. The BPA shall be established for a 5 year/60-month period. Services will be paid via the Government Purchase Card (GPC).(iv) The following is a list of contract line item number(s) and items:CLIN 0001 - Scheduled C-130 Services (16) per year, every 180 days.CLIN 0002 - Unscheduled Special Events (4 est.) per year(v) Description of Requirement: The services obtained for this BPA are wash services for 302d Airlift Wing (AW) PAFB, CO possessed aircraft. The current wash cycle is every 180 calendar days for assigned C-130 aircraft. Unscheduled special events include washes prior to Isochronal Inspection and other unscheduled maintenance. Wash and corrosion control will be in accordance with the Performance Work Statement (PWS), dated 16 October 2019. An optional sight visit is scheduled for 19 December 2019 from 0900 to 1000 MT. Participants will meet at Building 210, Room 206 at 0900 MT. If planning to attend, please send your name and phone number to sharon.boston@us.af.mil and cody.mclaughlin.1@us.af.mil as soon as possible but not later than 10 AM on 16 December 2019.(vi) Period of performance is 15 January 2020 - 14 January 2025. FOB Destination.(vii) Provision FAR 52.212-1 - Instructions to Offerors - Commercial Items, applies to this acquisition. (viii) FAR 52.212-2 - Evaluation - Commerical ItemsThe Government will award a BPA resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, past performance and price considered. Award will be made using a Past Performance Tradeoff (PPT) approach, IAW FAR 13.106-2(b)(4)(ii). The following factors shall be used to evaluate offers: Factor 1: Past PerformanceVolume 1 - Past Performance: The purpose of the past performance evaluation is to allow the Government to assess the offeror’s ability to perform the effort described in the PWS, based on the offeror’s demonstrated past performance. The Contracting Officer shall evaluate recent and relevant performance information based on the Offeror’s Past Performance submission. Past performance shall be evaluated based on recency and relevancy and will be rated as “Exceptional”, “Satisfactory” or “Unsatisfactory”. Recency - For the purposes of this evaluation, Recency is defined as work completed or ongoing during the 3 years prior to the solicitation issuance date. After evaluation for Recency, the Government will assign a rating of Recent or Not Recent. Relevancy - For the purpose of this evaluation, Relevant is defined as a present or past performance effort involving similar scope and magnitude of effort as this solicitation. Not Relevant is defined as present or past performance effort involving little or none of the scope and magnitude of effort as this solicitation. After evaluation for Relevancy, the Government will assign a rating of Relevant or Not Relevant. Past Performance Ratings - See Table 1 below Table 1. Past Performance RatingsRatingDefinitionExceptionalThe contractor’s Past Performance submission meets contractual requirements and exceeds performance requirements to the Government’s benefit.Satisfactory (S)The contractor’s Past Performance submission meets contractual requirements and meets performance requirements.Unsatisfactory (U)The contractor’s Past Performance submission does not meet contractual requirements. Offeror shall provide references of prior experience with washing large aircraft (defined as having an empty weight of over 75,000 lbs) that have a flat paint scheme, federal color number 36173, preferably U.S. military aircraft. Offeror shall provide references with equal or similar cleaning standards established in the PWS. Past performance information may be obtained from established systems such as thePast Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; and may be obtained from other sources available to the Government, such as the Defense Contract Management Agency; and interviews with Program Managers, Contracting Officers, Fee Determining Officials. Factor 2: PriceVolume 2 - Price: Offerors shall submit Attachment 2, Contractor Submittal Form Price will be evaluated in order to determine if it is reasonable in accordance with FAR 13.106-3. Offers should be sufficiently detailed to demonstrate their reasonableness. Selection Process: The Government will first evaluate all submissions to ensure the submission complies with all material aspects of the solicitation thereby being determined as either “Responsive” or “Non-Responsive.” Responsive submissions will then be submitted for Past Performance Evaluation to determine ratings of “Exceptional”, “Satisfactory” or “Unsatisfactory.” Price will be evaluated to determine if the offer is reasonable in accordance with FAR 13.106-3. Offerors whose price is determined to be incomplete or unreasonable may not be considered for award of the BPA. The Government will make an integrated assessment best value award decision to determine which offer represents the best value to the Government.(ix) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items applies. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies. See Attachment 3 for full text.(xii) Additional Contract Requirements and/or Terms and Conditions See Attachment 3 for applicable provisions and clauses.(xii) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request.(xiii) If you have any questions, please submit them in writing no later than 10 AM MT, Friday, 20 December 2019. Attachment 2 - Contractor Submittal Form must be fully completed and submitted. Submissions are due via e-mail not later than 10 AM MT, Monday, 30 December 2019. All Submissions and questions (if applicable) shall be submitted to cody.mclaughlin.1@us.af.mil and sharon.boston@us.af.mil. Attachments: Performance Work Statement dated 16 October 2019 Contractor Submittal Form Terms and Conditions WD 2015-5417 (rev 13) 16 Sep 2019
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/76f034e1bd3e40cfb696b7bb59dcba2d/view)
 
Place of Performance
Address: 16000, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN05517624-F 20191218/191216230253 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.