Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2021 SAM #7284
SOLICITATION NOTICE

15 -- Federal Aviation Administration (FAA) Strip & Paint - Bombardier Challenger 605/650 Series

Notice Date
11/8/2021 7:12:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-22-R-00006
 
Response Due
12/3/2021 12:00:00 PM
 
Archive Date
12/18/2021
 
Point of Contact
Helaina K. Germosen
 
E-Mail Address
helaina.k.germosen@faa.gov
(helaina.k.germosen@faa.gov)
 
Description
ANNOTATION OF NOTEWORTHY CHANGES:� A Revised SIR is uploaded and replaces the former in its entirety. There is no change to the response due date. None of the changes effect the response to the requirement, only how the evaluation will occur. Section L At L.11 Technical Factor 3; � Para for VOLUME II � added sentence (1st sentence) to inform of PART I/II strategy which is described in Section M � Corrected heading From: Technical Factor 3, To: Non-Technical Factor 3 � The years of experience requirement was changed From: ten (10) years, To: five (5) � The prior requirements requested was changed From: eight (8), To: five (5). At L.11 Technical Factor 4; � Questionnaire requirement was lowered From: minimum of three (3) To: two (2). � Corrected heading From: Technical Factor 4, To: Non-Technical Factor 4 Section M At M.2; Second Paragraph was removed in its entirety. At M.7(c); Provision was corrected From: L.3, To: L.4 At M.7(e); Provision was corrected to reference M.8 At M.8; � Description of Subfactor 2(d) was corrected to include text for �Site Inspection� � FACTOR 5: Cost/Price � Is not �Scored� (Language removed) At M.10, Subfactor 2(c); inadvertent use of older Challenger aircraft model(s) corrected to current At M.10, Factor 4 para 2 & 3 ; Questionnaire requirement was lowered From: minimum of three (3) To: two (2). ***End of Annotation *** This is a COMBINATION Public Announcement/Solicitation The Federal Aviation Administration (FAA), Flight Program Operations Aircraft Fleet has a requirement�for Strip, Prime, and Painting Services for up to four�(4) Bombardier CL-605 and�650 Series�Flight inspection Aircraft in accordance with the Performance Work Statement (PWS) as attached.� Please also see the PWS Attachments to include�Drawings. Interested�respondents are cautioned that the Government at its discretion may update and or revise the PWS�for any potential contract. The government seeks to award a single firm fixed priced contract for the above mentioned aircraft paint effort with a line item for each aircraft and for any needed over and above efforts.� The Over and Above effort�is�not garanteed and is�expected to have a Not to Exceed (NTE) value. This acquisition is set-aside for Small Business and will be competed fully within this set-aside.� The acquisition will be�awarded as Firm-Fixed-Price (FFP) type contract to the Technically Acceptable Contractor that exceed the acceptable minimum specifications as a Best Value / Technically Acceptable determination. The principle North American Industry Classification System (NAICS) code for this effort is 488190,�Other Support Activities for Air Transportation, with a size standard of $35M. Contractors must be registered with the System for Award Management (SAM,) at www.sam.gov on the date established for receipt of offers.� Reference AMS Clause 3.3.1-33, paragraph (d), ""if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.""� The FAA reserves the right to review and verify each offerors program eligibility.� Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR�process.� This SIR/RFO is not to be construed as a contract or a commitment of any kind.� The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals in response to this SIR/RFO. Any and All questions regarding the project/specifications must be received via email to helaina.k.germosen@faa.gov no later than 3:00 p.m. CST on November�18, 2021 to allow for responses to be provided prior to due date for receipt of proposals. Please be advised that any responses received after the time specified may not be considered in accordance with AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and withdrawals of submittals, incorporated by reference in the solicitation.� If all requested information is not furnished, the vendor's response may be determined ineligible.� Submissions must be received in ""the inbox"" of the Contracting Officer, delivery times to the 'server' will not be considered timely.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e462f89146d04b559305b309939f2b95/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06172819-F 20211110/211108230117 (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.