Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

W -- Vertical Wind Tunnel and Aircraft Support

Notice Date
5/14/2020 9:43:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-20-Q-0016
 
Response Due
5/15/2020 10:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
Jennifer Garcia, Phone: 9283284019, Fax: 9283286534, Maribel Sanchez, Phone: 9283286424
 
E-Mail Address
Jennifer.m.garcia108.civ@mail.mil, Maribel.Sanchez2.civ@mail.mil
(Jennifer.m.garcia108.civ@mail.mil, Maribel.Sanchez2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05, Effective 30 March 2020 and Defense Federal Regulation Supplement (DFARS), current to DPN 20202403 (Effective 24 March 2020) Edition. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration as required by FAR provisions 52.212-1 Instruction to Offerors- Commercial Items. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at https://www.acquisition.gov/content/regulations. This solicitation is being issued as a CSS under solicitation number W9124R-20-Q-0016, which will result in a single-award, firm fixed price contract. The North American Industry Classification System (NAICS) code is 532411- Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing with a size standard of $35,000,000. The applicable Service Code (PSC) is W099, �Lease or Rental of Equipment- Miscellaneous. In accordance with FAR 19.502-2(a), this procurement is automatically reserved exclusively for small businesses and shall be set-aside 100% for small business concerns. Offerors shall submit sufficient technical literature to enable the Government to determine that the proposed item meets or exceeds all of the technical capabilities of the Performance Work Statement. Factors considered to this acquisition has been included within Attachment 1 - Performance Work Statement. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis and tradeoffs are not permitted. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. The following factors shall be used to evaluate offers: Technical Capability of the service offered to meet the Government�s requirement, Past Performance, and Price. Additional information can be found within the clause 52.212-2. As part of price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six (6) month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. The United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting quotes for lease aircraft support for up to 15 personnel at a time conducting Military Free Fall (MFF) operations consisting of High Altitude Low Opening and High Altitude High Opening (to altitudes 19.500 MSL and two nautical miles of standoff), individual lift tickets, and Federal Aviation Administration (FAA) instructor personnel that can certify all United States Parachute Association (USPA) licensing requirements upon request. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform the military free fall support services as defined in the Performance Work Statement (PWS). The quote shall consist of Contract Line Item Number (CLIN): CLIN 0001, Quantity: 48, Unit of Issue: Hours, Description: Aircraft Support; CLIN 0002, Quantity: 15, Unit of Issue: Hours, Description: Vertical Wind Tunnel Rental; CLIN 0003, Quantity: 10, Unit of Issue: Days, Description: Instructor Examiner Support; CLIN 0004, Quantity: 100, Unit of Issue: Each, Description: Lift Tickets; CLIN 0005, Quantity: 1, Unit of Issue: Each, Description: Contract Manpower Reporting; CLIN 1001, Quantity: 48, Unit of Issue: Hours, Description: Aircraft Support; CLIN 1002, Quantity: 15, Unit of Issue: Hours, Description: Vertical Wind Tunnel Rental; CLIN 1003, Quantity: 10, Unit of Issue: Days, Description: Instructor Examiner Support; CLIN 1004, Quantity: 100, Unit of Issue: Each, Description: Lift Tickets; CLIN 1005, Quantity: 1, Unit of Issue: Each, Description: Contract Manpower Reporting; CLIN 2001, Quantity: 48, Unit of Issue: Hours, Description: Aircraft Support; CLIN 2002, Quantity: 15, Unit of Issue: Hours, Description: Vertical Wind Tunnel Rental; CLIN 2003, Quantity: 10, Unit of Issue: Days, Description: Instructor Examiner Support; CLIN 2004, Quantity: 100, Unit of Issue: Each, Description: Lift Tickets; CLIN 2005, Quantity: 1, Unit of Issue: Each, Description: Contract Manpower Reporting; CLIN 3001, Quantity: 48, Unit of Issue: Hours, Description: Aircraft Support; CLIN 3002, Quantity: 15, Unit of Issue: Hours, Description: Vertical Wind Tunnel Rental; CLIN 3003, Quantity: 10, Unit of Issue: Days, Description: Instructor Examiner Support; CLIN 3004, Quantity: 100, Unit of Issue: Each, Description: Lift Tickets; CLIN 3005, Quantity: 1, Unit of Issue: Each, Description: Contract Manpower Reporting; CLIN 4001, Quantity: 48, Unit of Issue: Hours, Description: Aircraft Support; CLIN 4002, Quantity: 15, Unit of Issue: Hours, Description: Vertical Wind Tunnel Rental; CLIN 4003, Quantity: 10, Unit of Issue: Days, Description: Instructor Examiner Support; CLIN 4004, Quantity: 100, Unit of Issue: Each, Description: Lift Tickets; CLIN 4005, Quantity: 1, Unit of Issue: Each, Description: Contract Manpower Reporting; The period of performance shall be for a base and four option years as follows: Base: 01 July 2020 to 30 June 2021 Option Year 1: 01 July 2021 to 30 June 2022 Option Year 2: 01 July 2022 to 30 June 2023 Option Year 3: 01 July 2023 to 30 June 2024 Option Year 4: 01 July 2024 to 30 June 2025 All quotes shall include transportation costs to USAYPG Yuma, Arizona 85365-9498 and be clearly marked with solicitation number W9124R-20-Q-0016 and emailed to the Point of Contact (POC) listed below or sent by facsimile to 928- 328-6534. Arizona vendors are to include Arizona Privilege Tax. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Payment will be made through Wide Area Work Flow (WAWF). Delivery shall be made to USAYPG, AZ 85365-9498 with FOB Destination. All responding vendors must be actively registered with System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. All quotations shall be clearly marked with RFQ solicitation number W9124R-20-Q-0016 and emailed or sent to the Point of Contact (POC) below no later than Thursday May 15, 2020 at 11:00 AM Mountain Standard Time (MST). In additional, all technical questions concerning this requirement must be emailed to the POC below no later than Thursday April 23, 2020 at 11:00 AM MST. Responses to the CSS shall be submitted by the closing date and time. Attachments: Attachment 1 - Performance Work Statement Attachment 2 - Wage Determination Attachment 3 - Provision and Clauses This amendment is issued to post the following questions and answers. Question 1. Can you please confirm that you require only one instructor examiner? Also does the instructor examiner require a tandem or accelerated free fall additional qualification? Answer 1. One Instructor Examiner is required with the additional qualifications of Tandem and Accelerated Free Fall Instructor Examiner. Question 2. In reference to PWS 4.1.6, it states the government is requesting items such as environmentally controlled rigging and parachute shop space adjacent to jump aircraft and dz.� However, there is no CLIN covering facility fees. Will this CLIN be added? Answer 2. A CLIN for facility fees will not be added because this is a firm-fixed price requirement therefore all associated costs must be incorporated into the price of each CLIN. Question 3. In reference to PWS 1.6.17, can you confirm that aircraft needs to be CARB or can the vendor operate under Part 91 with a waiver? Answer 3. Aircraft does not need to be CARB certified. Part 91 is acceptable. Vendor must be on the DOD AMC approved paratroop vendor list.� Question 4. What is the anticipated schedule of performance per year? Answer 4. The anticipated period of performance is 1 July � 30 June per year. Amendment 2�is issued to post the following questions and answers: Question 1. Under the SOW under 1.4 Scope reads contractor location can be no greater than one day away. Is this flying or driving? Answer 1. �One day travel is by driving. Amendment 3 is issued to post the following questions and answers: Question 1.� The quote calls for 48 hours of Aircraft support as well as 100 ""lift tickets"".� Typically when you lease and aircraft for many hours as you have above, that is where the parachute lift services take place.� Can you clarify the reason for each line item?� Answer 1. The 48 blade hours are separate from the lift tickets. Lift ticket are used for USPA currency and progression training. Question 2.� CLIN 0003 calls for 10 days of Instructor Examiner support.� Meanwhile the historical hours say that only 40 hours are required of this person.� Does that mean this person is required for 4 hours a day for 10 days?� Does this mean that each exercise will last 10 consecutive days? Answer 2. The 10 days are not consecutive and will be scheduled when the instructor is needed during our training days, 0500 - 1500. Question 3.� Are there any requirements for the size of the parachute rigging loft/shop?� Is the shop meant to be rented out for the military riggers to use exclusively? Answer 3. Rigging loft is not needed. An adequate storage facility is needed to store parachutes, oxygen and are to pack parachutes. Question 4.� How far in advance is the training event scheduled and how many days is it? Answer 4. Training will be schedule annually, 5 consecutive days. The training week will consist of the following, 1 day of VWT training and 4 days of MFF operations (HALO & HAHO). Question 5.� It says ""All quotes shall include transportation costs to USAYPG Yuma, Arizona"".� What transportation costs is this referring to?� I understand that all events take place at my facilities? Answer 5. Although it is not expected that transportation costs will apply to this requirement, the statement ""All quotes shall include transportation costs to USAYPG Yuma, Arizona"" refers any situation that might occur where the contractor would have to send something to the Government. .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1273450d5f7248e8b9eeef49a51f46da/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN05657610-F 20200516/200514230154 (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.