Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2020 SAM #6877
MODIFICATION

V -- Helicopter Lift Services for Mohawk Mountain, AZ

Notice Date
9/25/2020 9:32:42 AM
 
Notice Type
Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-20-Q-00149
 
Response Due
10/12/2020 6:00:00 AM
 
Archive Date
10/27/2020
 
Point of Contact
Josh Huckeby, Phone: 4059541684, Tamara Maxwell, Phone: 4059547734
 
E-Mail Address
joshua.d.huckeby@faa.gov, tamara.m.maxwell@faa.gov
(joshua.d.huckeby@faa.gov, tamara.m.maxwell@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR QUOTE FOR HELICOPTER LIFT SERVICES LOCATED AT MOHAWK MOUNTAIN, AZ NO PHONE CALLS PLEASE The FAA is requesting quotes from interested and capable vendors for helicopter lift services in accordance with the attached Statement of Work (SOW). Any vendors who reviewed the previous sources sought announcement for this requirement are encouraged to re-read the SOW as changes have been made as a result of questions, comments, and concerns received during this announcement. The SOW attached to this announcement fully replaces any previous version. This requirement is a 100% small business set-aside. The award of a single FIRM FIXED PRICE (FFP) contract is anticipated to be made to the offeror with the lowest priced quote received on or before the aforementioned due date that can be determined eligible for award in accordance with the Request for Quote (RFQ) and this announcement. The anticipated award date for this requirement is on or around�October 14, 2020. The anticipated start date of performance is October 28, 2020; however, this may be subject to change due to Government or weather delays.� Questions about this announcement or this requirement must be submitted on or before 1600 (central) on 1 October, 2020. This is a competitive solicitation for a FIRM FIXED PRICE (FFP) contract. As such, any proposals received that takes exception to the terms and conditions in this solicitation, proposes a different pricing structure, or indicates within their proposal that their proposed pricing is not all inclusive of the FFP proposed, cannot be evaluated at face value in a competitive environment and will, therefore, be determined ineligible for a contract award. Any activities or costs associated with offerors proposal development and submission thereof is at the risk of the offeror and will not be reimbursed by the FAA. INSTRUCTIONS TO OFFERORS (HOW TO RESPOND TO THIS ANNOUNCEMENT, PLEASE READ CAREFULLY) To be determined fully responsive to this RFQ and be evaluated for award consideration, offers received must contain the following: 1. COVER LETTER: Offerors must provide a cover letter containing the following A brief description of aircraft, equipment, and personnel that will be used by your company if awarded a contract to perform this requirement. Offerors shall provide a high-level description of how they intend to execute this requirement if awarded a contract. 2. RFQ FORM (6973GH-20-F-00149) Offerors must provide a fully completed RFQ form containing the following: Page 1 Block 12 and all sub-blocks thereto. Page 1 Block 13 Page 1 Block 14 Page 1 Block 16 Page 2, Contract Line Item (CLIN) 00001A pricing fill-ins. Page 3, CLIN 00001B pricing fill-ins. Page 14, Clause 3.13-4 fill-In. ***DO NOT FORGET TO DO THIS*** Pages 16 and 17, Clause 3.6.2-22 fill-ins. ***DO NOT FORGET TO DO THIS*** Page 21, Clause 2.6.4-24 fill-ins. ***DO NOT FORGET TO DO THIS*** NOTE: This is a competitive requirement and discussions with offerors after receipt of proposals are not anticipated to occur. Communications with offerors for clarification purposes only may occur after receipt of proposals; however, offerors will not be given an opportunity to adjust their price. Offerors are encouraged to submit their lowest and best pricing in their initial offer. 3. PROOF OF INSURANCE: Offerors must provide proof of insurance which meets or exceeds the requirements specified in 3.4.1-12 on page 8 of the RFQ. RESPONSES MUST BE SUBMITTED VIA EMAIL TO THE POINTS OF CONTACT (POC)�IDENTIFIED AS THE POC FOR THIS ANNOUNCEMENT AND NOT LATER THAN THE RESPONSE DUE DATE SPECIFIED IN THIS ANNOUNCEMENT. OFFERS RECEIVED AFTER THE RESPONSE DUE DATE WILL BE DETERMINED �LATE�, WILL NOT BE EVALUATED, AND WILL IMMEDIATELY BE DETERMINED INELIGIBLE FOR AWARD. HOW OFFERS WILL BE EVALUATED FIRST: An evaluation will occur to determine if each offer recieved was timely submitted and whether the respective offeror is currently registered in System for Award Management (SAM). Offers submitted after the proposal due date as specified in this announcement, do not have a current registration in SAM, or have active exclusions in their SAM registrations will be determined ineligible for award and not further evaluated.�� SECOND: Offers that proceed to further evaluation will then be evaluated for responsiveness to the submittal instructions contained herein. Offers found to be non-responsive to the INSTRUCTIONS TO OFFERORS contained in this announcement, may be determined ineligible for award and not further evaluated. � ***NOTE TO OFFERORS: DO NOT FORGET THE CLAUSE FILL-INS IN THE RFQ DOCUMENT*** In addition to being determined responsive, offers will also be evaluated for the following: COVER LETTER: To be eligible for an award, offerors must demonstrate a clear understanding of the requirement and propose a solution that poses little to no apparent risks to the FAA. Offerors who do not provide adequate information, are found to lack understanding of this requirement, and/or pose a significant risk to cost, performance, or schedule as a result of their proposed solution may be determined ineligible for award and will not be further evaluated. RFQ FORM: Pricing for CLINs 00001A and 00001B may be evaluated for price realism and reasonableness if they appear to be unreasonable or unrealistic. The FAA reserves the right to determine an offer ineligible for award if any pricing proposed poses a significant risk to the cost, schedule, or performance of this requirement.� PROOF OF INSURANCE: To be eligible for award, the proof of insurance submitted with offers will be evaluated to determine if they meet or exceed the requirements for insurance in accordance with 3.4.1-12 on page 8 of the RFQ. If an offer�s proof of insurance fails to meet the minimum requirements set forth by this RFQ, the offer will be determined ineligible for award. AWARD DECISION: The FAA intends to award a contract to the lowest price offeror determined eligible for award per the procedure defined in this announcement. Lowest price will be determined by the �TOTAL FFP OF�CLIN 00001A� contained in CLIN 00001A on page 2 of the RFQ. The FAA reserves the right to determine a vendor�s quote ineligible for award if any part of the quote is determined to pose too great of a risk to the FAA.�� This contract award is subject to availability of funds. The FAA reserves the right to cancel this RFQ at any time and at no cost to the FAA.� The anticipated date of award of a contract against this announcement is on or around 10/14/2020. No phone calls please. All inquiries should be in writing for documentation purposes. All submittals should be submitted via email to: Joshua.d.huckeby@faa.gov and Tamara.m.maxwell@faa.gov. Acquisition Management System (AMS) applies to FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law. Thank you for your interest and participation in this competition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/144b1b4e79c04b9db1d4314d7a570b2c/view)
 
Place of Performance
Address: Yuma, AZ, USA
Country: USA
 
Record
SN05811264-F 20200927/200925230150 (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.