Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

J -- Aircraft Refuel Truck Inspection and Calibration at NAS Lemoore, California

Notice Date
11/20/2020 9:10:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-21-R-0003
 
Response Due
1/4/2021 2:00:00 PM
 
Archive Date
01/19/2021
 
Point of Contact
Julia Klotz
 
E-Mail Address
julia.klotz@navy.mil
(julia.klotz@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Please see attached documents for a full description of the requirement. Aircraft Refuel Truck Inspection and Calibration at NAS Lemoore, California - Combined Synopsis/Solicitation - N62473-21-R-0003 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. �Per the enclosed Technical Annexes (Enclosure 1), the Government requests your proposal to provide all labor, material and equipment necessary to perform the subject requirement.� All responsible sources that meet the Small Business set-aside requirement may submit a proposal which shall be considered by the agency. Solicitation N62473-21-R-0003 is issued as a request for proposal (RFP). This solicitation document, and incorporated provisions and clauses, are those in effect through Federal Acquisition Circular 2021-02. This acquisition is set aside for Small Business concerns under NAICS code 488190, with a $32.5 million in annual receipts small business size standard. Line item numbers and items, quantities, and units of measure (including options): CLIN 0001 - Base Year, Aircraft Refuel Truck Inspection and Calibration at NAS Lemoore iaw attached Technical Annexes; POP: 12 Feb 2021 � 11 Feb 2022, First inspection and calibration shall occur within 30 days of contract award.� Second gauge and meter inspection shall occur 6 months following the first inspection; Unit of measure: Each; Quantity: 1 CLIN 1001 - Option Year One, Aircraft Refuel Truck Inspection and Calibration at NAS Lemoore iaw attached Technical Annexes; POP: 12 Feb 2022 � 11 Feb 2023; Unit of Measure: Each; Quantity: 1 CLIN 2001 - Option Year Two, Aircraft Refuel Truck Inspection and Calibration at NAS Lemoore iaw attached Technical Annexes; POP: 12 Feb 2023 � 11 Feb 2024; Unit of measure: Each; Quantity: 1 CLIN 3001 - Option Year Three, Aircraft Refuel Truck Inspection and Calibration at NAS Lemoore iaw attached Technical Annexes; POP: 12 Feb 2024 � 11 Feb 2025; Unit of measure: Each; Quantity: 1 CLIN 4001 - Option Year Four, Aircraft Refuel Truck Inspection and Calibration at NAS Lemoore iaw attached Technical Annexes; POP: 12 Feb 2025 � 11 Feb 2026; Unit of Measure: Each; Quantity: 1 6. Dates and places of delivery and acceptance and FOB point: CLIN - 0001; Place of Delivery/Acceptance: NAVFAC Southwest, Julia Klotz, Contract Specialist // Lemoore FEAD/Code ROPWL // Naval Air Station Lemoore // 750 Enterprise Ave, Lemoore, CA 93246-5011; FOB: Delivery CLIN - 1001; Place of Delivery/Acceptance: (Same as previous location); FOB: Delivery CLIN - 2001; Place of Delivery/Acceptance: (Same as previous location); FOB: Delivery CLIN - 3001; Place of Delivery/Acceptance: (Same as previous location); FOB: Deliver CLIN - 4001; Place of Delivery/Acceptance: (Same as previous location); FOB: Deliver 7. Description of requirements for the items to be acquired. Description of requirements for the services to be acquired (aircraft refuel truck inspection and calibration at NAS Lemoore, CA) is contained in the attached Technical Annexes (Enclosure 1). 8. Evaluation of proposals will be consistent with FAR 52.212-2.� In order to determine the best value proposal for this project, the Government will evaluate all contractors using price only. The Government will evaluate the total price for one base and four options combined. Award will be made to the responsible Offeror whose proposal is determined to be the lowest price. Price will be evaluated on the basis of whether or not it is fair and reasonable. A price which is found to be either unreasonably high in relation to the proposed work may result in the proposal being eliminated from competition. Additionally, past performance will also be considered. 9. Questions/RFIs: Questions/RFIs regarding this acquisition are due by email to julia.klotz@navy.mil and must be received by 2:00 p.m. Pacific Time on December 17, 2020.� Late questions will not be accepted or answered. � 10. The date, time and place offers are due: Offers are due by email to julia.klotz@navy.mil and must be received by 2:00 p.m. Pacific Time on January 04, 2021.� Late offers will not be accepted or evaluated.� Complete proposals will include a completed ELINS Schedule (Enclosure 2); completed Offer Schedule (Enclosure 3); completed copy of FAR 52.204-8; completed copy of FAR 52.204-24; completed copy of FAR 52.204-26; completed copy of FAR 52.212-3; and completed copy of FAR 52.229-11. � LATE SUBMISSIONS WILL NOT BE CONSIDERED. � It is an Offeror�s responsibility, when transmitting its proposal electronically, to ensure the proposal�s timely delivery by transmitting the proposal sufficiently in advance of the time set for receipt of proposals to allow for timely receipt by the Government no later than the date and time stated in this RFP. Offerors shall allow adequate time to upload files, which may be slower for non-DoD users, and to avoid other technical difficulties that may be encountered. An Offeror risks the late receipt and rejection of a proposal where it delays transmitting its proposal until the last few minutes before the time set for receipt of proposals. Proposals that are received after the stated date and time in RFP will not be considered. � Offerors are responsible for submitting their proposal in the format specified, consistent with requirements stated elsewhere in this solicitation. Offerors are asked to submit only the information/exhibits required. Page limits, if stipulated, must be adhered to. Files that cannot be opened, or are otherwise missing the required content are the responsibility of the Offeror. � The maximum allowable file size for DoD SAFE is 8GB. DoD SAFE recommends using Firefox, Chrome, or Edge browsers. Internet Explorer is not recommended. Please note that Internet Explorer limits uploads to 2GB. � 11. The name and telephone number of the individual to contact for information regarding the solicitation: Julia Klotz, Contract Specialist julia.klotz@navy.mil 559-998-2690 12.� No Assumptions: This is a firm fixed price contract, and any assumptions made by the Offeror in its proposal will not be binding on the Government. The Offeror will not be entitled to any equitable adjustments based on assumptions made by the Offeror in its proposal. If the Performance Work Statement is not clear, submit your request for clarification as a ""Request For Information"" by 2:00 p.m. Pacific Time on December 17, 2020 via email to julia.klotz@navy.mil. This RFP is not to be construed as an authority to proceed with the subject project.� Award of this solicitation is subject to availability of funds as per FAR Clause 52.232-18 AVAILABILITY OF FUNDS (APR 1984). Should the Government cancel the procurement of this solicitation, the Offerors shall not be compensated for costs associated with the development of the proposal(s). � 13.� The following items must be included in proposal submission: Completed ELINs Schedule (Enclosure 2) Completed Offer Schedule (Enclosure 3) Completed Copy of FAR 52.204-8 Completed Copy of FAR 52.204-24 Completed Copy of FAR 52.204-26 Completed Copy of FAR 52.212-3 Completed Copy of FAR 52.229-11 14.� The following provisions and clauses are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial (Jun 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.232-40,� Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018) 15.� The following provisions and clauses are incorporated by full text (full text in the attached ""Combined Synopsis-Solicitation""): FAR 52.204-8,� Annual Representations and Certifications (MAR 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) Alternate I (Oct 2014) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Aug 2020) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 16.� Place of Contract Performance:� Naval Air Station Lemoore, CA. 16.� Set-aside Status:� This acquisition is set aside for Small Business concerns under NAICS code 488190, with a $32.5 million in annual receipts small business size standard. Enclosures Technical Annexes ELINS Schedule Offer Schedule Wage Determination 2015-6511
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a85ede7bfebe43f7a825346fca24bcb0/view)
 
Place of Performance
Address: Lemoore, CA 93246, USA
Zip Code: 93246
Country: USA
 
Record
SN05857900-F 20201122/201120230142 (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  © 1994-2020, Loren Data Corp.