Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2023 SAM #7863
SOLICITATION NOTICE

J -- HEAVY MAINTENANCE C-CHECK for BOEING 737-400 and 737-700

Notice Date
6/6/2023 1:44:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
U.S. MARSHALS SERVICE WASHINGTON DC 20404 USA
 
ZIP Code
20404
 
Solicitation Number
15M30023QA3700037
 
Response Due
7/5/2023 11:00:00 AM
 
Archive Date
07/20/2023
 
Point of Contact
Sheila Nimrod, Phone: 8164904749, Fax: 8164671982
 
E-Mail Address
Sheila.nimrod@usdoj.gov
(Sheila.nimrod@usdoj.gov)
 
Description
ACTUAL PLACE OF PERFORMANCE FOR THIS EFFORT IS THE CONTRACTOR'S FACILITY 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, quotes are being requested and a written solicitation will not be issued. The issuing office is US Marshals Service Justice & Alien Transportation System (JPATS) FSD, 1251 Briarcliff Parkway, Suite 300, Kansas City, MO 64116 (15M300) The solicitation number for this acquisition is 15M30023QA3700037 and it is being issued as a Request for Quote (RFQ). The government intends to award MULTIPLE Firm Fixed-Price (FFP) contracts resulting from this solicitation. One award for line items 0001 � 0002 and One award for line items 0003 � 0004. This combined synopsis/solicitation document and incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective 06/02/2023. This RFQ shall be issued as Unrestricted.� The associated North American Industry Classification system (NAICS) code is 488190 and the business size standard is $40,000,000. FAR 52.212.1 Instructions to Offerors - Commercial does apply to this acquisition with addenda to the provision. The description of the service: 1) M-23-A37-R-000355 Heavy Maintenance Check (Monthly Check, 1A, 2A, 4A, 1C, 2C, 3C, and 4C) on a U.S. Marshals Service owned Boeing 737-700 aircraft MSN 30182/registration number N738A, Las Vegas, Nevada 89169. Funding is currently available. ������������� a. All work is to be completed within 45 days (4 December 2023 approximate) from the date of induction which is 17 October 2023. 2) M-24-A37-R-000003 Heavy Maintenance Check (Service Check, 1A, 2A, 1C, and 5C) on a U.S. Marshals Service owned Boeing 737-400 aircraft MSN 26279/registration number N279AD, Oklahoma City, Oklahoma 73159. Subject to the availability of funds (SAF). ����������� a. All work is to be completed within 45 days from the date of induction which is 30 January 2024. b. 52.232-18 Availability of Funds. Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment�may�arise until funds are made available to the�Contracting Officer�for this contract and until the Contractor receives notice of such availability, to be confirmed�in writing�by the�Contracting Officer. The contractor will provide all labor, equipment, supplies, and supervision necessary to achieve the stated outcomes.� The aircraft maintenance and logistics efforts associated with this work must be adequately planned, staffed, and supervised by the Contractor to ensure all work schedules and maintenance activities are optimized. All work will be performed in accordance with the respective performance work statement (PWS). All work is to be completed within 45 days from the date of induction. In accordance with FAR 13.106-3 the basis for award will be the offer that is determined to be responsible, the most advantageous, providing the best value after considering price and other factors.� �Offerors shall provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements of the RFQ based on an assessment of technical capability and past performance from the contractor.� JPATS will evaluate offers in accordance with section 4-3, Evaluation and Award Methodology of the attached solicitation. Delivery: Requiring activity will deliver the aircraft to the contractor�s repair facility. Offerors must include a completed copy of FAR 52.212-3, Offeror Representation and Certifications- Commercial Items with their offer.� If the offeror has up-to-date representations and certifications in the System for Award Management (SAM) website, then this completed provision is not required to be submitted with the offeror�s proposal. FAR 52.212-4, Contract Terms and Conditions- Commercial Items, does apply to this acquisition with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition.� These specific clauses required are detailed in Sections 3 and 4 of this combined synopsis/solicitation. Offerors interested in responding to this combined synopsis/solicitation must submit their quotation on the attached synopsis\solicitation.� Any questions regarding this combined synopsis/solicitation must be submitted by email to the point of contact below. Contractor must have an �Active� registration in System for Award Management (SAM) to be considered for award.� To obtain information on SAM or to register with SAM visit the web site at:� https://www.sam.gov. Quotes/offers are due no later than 5 July 2023/1:00 p.m. CST.� The final date to submit questions is 20 June 2023/1:00 p.m. CST. Questions of a technical nature should be addressed in writing to Rob Hankins rob.hankins@usdoj.gov � Questions of a contractual nature should be addressed in writing to Sheila Nimrod, Contracting Officer Sheila.nimrod@usdoj.gov � Due to COVID-19 risk mitigation actions-NO MAIL-IN QUOTATIONS will be accepted. All quotes/offers shall be submitted via e-mail to: Sheila.nimrod@usdoj.gov. Please include the solicitation number in all electronic correspondence. The Government reserves the right to cancel this combined synopsis\solicitation.� Any solicitation or contractual questions should be sent to Sheila Nimrod, Contracting Officer�(816) 490-4749 or Sheila.nimrod@usdoj.gov � System for Award Management (SAM) In accordance with FAR 52.212-1(k): By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on creating a user account, registering your business entity and annual confirmation requirements via the SAM application accessed through https://www.sam.gov/SAM/pages/public/index.jsf . SAM frequently asked questions (FAQ) can be accessed via https://www.sam.gov/SAM/pages/public/loginFAQ.jsf It is highly encouraged that all prospective Offeror�s start the SAM registration process as soon as possible. OFFEROR MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) PRIORTO THE OFFER DUE DATE /THE CLOSE OF THE SOLICITATION OR THE CONTRACTING OFFICER MAY PROCEED WITH AWARD TO THE NEXT SUCCESSFUL OFFEROR.� SAM.GOV REGISTRATION IS FREE OF CHARGE If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following site: https://www.sam.gov/SAM/pages/public/help/samQUserGuides.jsf If you have questions about Federal Government procurements in general or need assistance in the preparation of your proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The PTAC was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Federal Government marketplace. To locate a PTAC near you, go to https://www.aptac-us.org/contracting-assistance/ .� THIS IS A FREE SERVICE BY A NON PROFIT PAID FOR BY THE US GOVERNMENT:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cbd204732cd24fe58f7d220de1477214/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06705301-F 20230608/230606230114 (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.