SOLICITATION NOTICE
V -- Disassemby, Transport and Reassemble 7 F-16 Static Aircraft
- Notice Date
- 5/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
- ZIP Code
- 78236-5253
- Solicitation Number
- Reference-Number-F9TTG941140100
- Response Due
- 6/14/2004
- Archive Date
- 9/30/2004
- Point of Contact
- Derek Dansby, Contract Specialist, Phone 210-671-1761, Fax 210-671-5064, - Johnie Johnson, Contracting Officer, Phone (210)671-1752, Fax (210)671-1199,
- E-Mail Address
-
derek.dansby@lackland.af.mil, johnie.johnson@lackland.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format at 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. The reference number is F9TTG941140100. Request quotes for a firm fixed price on the following: The contractor shall provide non-personal service, to relocate 7 each F-16A static aircraft from Sheppard AFB, TX to Lackland AFB, TX. This must be a turnkey operation to include disassembly, transportation, and reassembly. Aircraft structural and systems integrity must be maintained. The service must include all labor, material, supervision, transportation, oversize permits, cranes, cradles and related materials necessary to complete the job. There will be two separate delivery sites. Six aircraft (tail numbers 79-0332, 78-0069, 78-0062, 79-0344, 79-0360, and 80-0511) will be delivered to: Drill Pad adjacent to Bldg. 100 (Lackland Annex) Lackland AFB, San Antonio, TX, 78236. While the last aircraft (tail number 80-0526) will be delivered to 407 N. Luke Dr, Kelly USA, San Antonio, TX, 78241. REQUIRED DELIVERY AND REASSEMBLY: Aircraft are to be delivered to designated locations and reassembled by 26 July 2004. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-22 and 23 and Defense Acquisition Regulation DCN 20040513. This procurement is restricted to 100% small business concerns. The NAICS code is 488190. The size standard is $6,000,000 dollars. Note that FAR 52.212-1, Instructions to Offerors-Commercial items, applies to this solicitation. FAR 52.212-2, Evaluation-Commercial Items is applicable to this acquisition and the criteria to be used are past performance and price considerations. This is a competitive best value acquisition utilizing Performance Price Trade-Off (PPT). A trade-off between price and past performance will be conducted with past performance being significantly more important than price considerations. Offeror?s must provide a list of 3 (minimum) to 5 (maximum) of the most recent and relevant contracts in the area of aircraft disassembly, transport and reassembly services performed for Federal agencies and commercial customers within the last 3 years. The list shall include the following information for each of the referenced contracts: Company and Division Name; Product or Service, Contracting Agency; Contract Number; Contract Dollar Value; Period of Performance; Name, address, FAX number, and telephone number of the Contracting Officer; comments regarding compliance with contract terms and conditions; and comments regarding any known performance deemed not acceptable to the customer or not in accordance with the contract terms and conditions. Failure to provide the requested past performance information shall be cause for eliminating the submitter?s quote from award consideration. The Government will conduct an assessment of performance confidence based on the offeror?s recent and relevant performance as reflected in data submitted by the contractor as well as information independently obtained from other Government and commercial sources. In evaluating past performance, the Government will consider the relevancy, recency, and extent of the past performance, and the size and complexity of the past performance relative to this solicitation?s requirements. The Government will also consider the offeror?s past performance record with regard to quality; timeliness; performance results; business relations, and customer satisfaction. The purpose of the assessment is to identify and review relevant present and past performance and then make an overall confidence assessment of the offeror?s ability to perform this effort. The assessment process will result in an overall confidence rating of exceptional--high confidence; very good--significant confidence; satisfactory--confidence; neutral--unknown confidence; marginal--little confidence; or unsatisfactory--no confidence. [Definitions of ratings can be found at AFFARS 5315.305 (Table 5315-2) at the following website: http://farsite.hill.af.mil.] If the lowest priced offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the process stops at this point. Award shall be made to the offeror without further consideration of any other offers contingent upon a determination of responsibility for that offer. If the offer with the lowest evaluated price receives a rating of other than Exceptional, then a trade-off analysis will be performed to determine which offer represents the Best Value to the Government. Recognizing that past performance is significantly more important than the price factor, the Government reserves the right to award a contract to other than the offeror submitting the lowest evaluated price if that offeror is judged in an integrated assessment to present the best value to the Government. Offerors shall include with their quotes, a completed copy of 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The following addendum is added to clause 52.212-4: ?Add the following to subparagraph (c): Additionally, issuance of modifications for an administrative change that does not affect the substantive rights of the parties (e.g., changes in paying office, appropriation data, funds increases or decreases, changes of address) shall not require the signature of the contractor and will be issued unilaterally.? The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration are applicable to this acquisition. Offerors shall include with their quotes, a completed copy of DFARS 252.204-7001, Offeror Representations and Certifications--Commercial Items. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be received by June 14, 2004 3:00 PM CDST at the 37th Contracting Squadron, 1655 Selfridge Ave., Lackland AFB, TX 78236-5286. Submit written offers only (oral offers will not be considered). Quotes should be marked with the reference number. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. No written request for quote is available.
- Place of Performance
- Address: Lackland AFB TX
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN00594418-W 20040530/040528211841 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |