Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
SOLICITATION NOTICE

V -- C-130 Airlift Support Services

Notice Date
7/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R11T1041
 
Response Due
8/22/2011
 
Archive Date
10/21/2011
 
Point of Contact
Adrienne Egbers, 9283282687
 
E-Mail Address
MICC Center - Yuma Proving Ground
(adrienne.j.egbers@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. Combination Synopsis/Solicitation - C-130 Airlift Support Services Solicitation Number: W9124R-11-T-1041 Response Due Date: 22 August 2011 This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 United States Army Yuma Proving Ground (USAYPG), Yuma, Arizona is requesting proposals for C-130 Airlift Support Services as described in the attached Performance Work Statement (PWS). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-53, Effective 05 July 2011 and Defense Federal Regulation Supplement (DFARs), current to DPN 20110629 (Effective 29 June 2011) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. This solicitation is issued as a Request for Proposal (RFP) under Solicitation Number W9124R-11-T-1041. The North American Industry Classification System (NAICS) code is 481212 with a size standard of 1,500 employees. This procurement is Unrestricted. Proposals will be evaluated on a Lowest Price Technically Acceptable basis as described in the evaluation criteria below under FAR clause 52.212-2 Evaluations - Commercial Items (Jan 1999). The period of performance for this acquisition shall be a one-year base period with two one-year option periods. Payments may be made by Government VISA Payment Card. Offerors shall account for any costs associated with accepting credit card payment. All technical questions are due Thursday, 28 July 2011 at 12:00 Noon Mountain Standard Time. All questions shall be clearly marked with solicitation number W9124R-11-T-1041 and submitted to the contact below before the due date. All questions shall be submitted in writing. This RFP closes on Monday, 22 August 2011 at 12:00 Noon Mountain Standard Time (MST). Responses to the RFP shall be submitted by the closing date indicated in the CSS. All responding vendors must be actively registered with the Central Contractor Registration (CCR) prior to award of contract. Information to register in CCR can be found at http://www.ccr.gov/(https://www.bpn.gov/ccr/default.aspx). The CSS and all attachments are available at http://www.yuma.army.mil/site_contracting.asp. The following FAR/DFARS/MICC/Local clauses and provisions are incorporated by reference and apply to this acquisition: 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government Alt ISEP 2006 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions SEP 2007 52.203-13 Contractor Code of Business Ethics and Conduct APR 2010 52.203-14 Display of Hotline Poster(s) DEC 2007 52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 Central Contractor Registration APR 2008 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters JAN 2011 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.215-1 Instructions to Offerors--Competitive Acquisition Alt IJAN 2004 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.217-5 Evaluation Of Options JUL 1990 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.219-8 Utilization of Small Business Concerns JAN 2011 52.219-9 Small Business Subcontracting Plan JAN 2011 52.219-14 Limitations On Subcontracting DEC 1996 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.219-28 Post-Award Small Business Program Rerepresentation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) SEP 2009 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-3 Federal, State And Local Taxes APR 2003 52.232-1 Payments APR 1984 52.232-4 Payments Under Transportation Contracts and Transportation-Related Services Contracts APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-11 Extras APR 1984 52.232-17 Interest OCT 2010 52.232-18 Availability Of Funds APR 1984 52.232-22 Limitation Of Funds APR 1984 52.232-23 Assignment Of Claims Alt IJAN 1986 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-36 Payment by Third Party FEB 2010 52.233-1 Disputes JUL 2002 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-3 Protest After Award Alt IAUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-13 Bankruptcy JUL 1995 52.242-17 Government Delay Of Work APR 1984 52.243-1 Changes--Fixed Price Alt IIAUG 1987 52.243-2 Changes--Cost-Reimbursement AUG 1987 52.245-1 Government Property AUG 2010 52.245-9 Use And Charges AUG 2010 52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-5 Familiarization With Conditions APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.247-21 Contractor Liability for Personal Injury and/or Property Damage APR 1984 52.247-24 Advance Notification by the Government APR 1984 52.249-2 Termination For Convenience Of The Government (Fixed-Price) MAY 2004 52.249-6 Termination (Cost Reimbursement) MAY 2004 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.204-7006 Billing Instructions OCT 2005 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items JUN 2011 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.232-7004 DOD Progress Payment Rates OCT 2001 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 The following FAR/DFARS/MICC/Local clauses and provisions are incorporated by full text: 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-7 Information Regarding Responsibility Matters JAN 2011 52.212-3 Offeror Representations and Certification--Commercial Items MAY 2011 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items MAY 2011 52.219-1 Small Business Program Representations APR 2011 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989 52.245-2 Government Property Installation Operation Services AUG 2010 52.252-2 Clauses Incorporated By Reference FEB 1998 252.211-7003 Item Identification and Valuation JUN 2011 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical Acceptability: Technical acceptability will be determined based on the following subfactors: Subfactor 1: Offerors shall submit a safety oversight program or confirm in writing that safety oversight is being exercised by the Federal Aviation Administration. Subfactor 2: Offerors shall be listed as a Department of Defense (DOD) Approved Carrier or listed as an authorized Paratroop Carrier at the U.S. Air Force Air Mobility Command website https://private.amc.af.mil/a3/default.aspx?div=a34b in order to conduct personnel airdrops, which must be in accordance with the Performance Work Statement. DODI 4500.53 - Commercial Air Transportation Quality and Safety Review Program, Enclosure 6 Airdrop Operations applies to personnel airdrops and is provided at Attachment 1 of the Performance Work Statement. Subfactor 3: The technical proposal demonstrates a minimum of five years of experience in performing airlift support services for all of the Specific Tasks in Part 5 of the Performance Work Statement. If you are proposing an aircraft other than a C-130, your proposal must include sufficient information to allow the Government to evaluate the proposed aircraft to determine whether or not the aircraft is equivalent to the C-130. Technical proposals will be evaluated as either acceptable, susceptible to being made acceptable, or unacceptable. Factor 2 - Past Performance: The Past Performance evaluation will assess the relative risks associated with an offerors likelihood of success in performing the solicitation's requirements as indicated by that offeror's record of past performance. The past performance evaluation will focus on the quality of the offeror's recent and relevant current and past performance taking into consideration the elements of Quality of Service, Schedule, Safety, Customer Satisfaction, and Business Relations. In order for the Government to assess past performance, proposals shall include the following information relative to three current or completed (within the last three years) contracts relevant to the YPG requirement: 1)Name of Contracting Activity that awarded the contract 2)Contract Number and Period of Performance 3)Contract Type (Fixed Price, Cost Reimbursable, etc.) 4)Total Contract Value 5)Contracting Officer name and contact information 6)Brief history of the airlift support services performed 7)Name/organization/position and phone number of knowledgeable individual who can be queried by Government evaluators Factor 3 - Price: The intent of the Government is to use the aircraft on an 'as needed' basis rather than having the aircraft on constant standby. As most of YPG's testing is planned, it is YPG's intent to always give as much advance notification for missions to the aircraft support contractor as possible. During the period of contract performance, providing your commercial schedule will assist YPG in planning its schedule ahead of time. (This would occur after contract award is made. Do not submit your schedule with your proposal.) We recognize that contractors have business outside of YPG and will coordinate with the contractor in advance scheduling. There may be instances when military aircraft supporting missions may depart on an unscheduled basis. In such a case YPG will give a minimum 72 hour notice, and if required, will provide a cancellation notification within 24 hours of execution of the test. The Performance Work Statement includes a statement that the proximity of response for the contractor is requested to be within 2 flight hours of YPG. The contractor should include in their proposal any 'guarantee' payments they need to provide the 2 hour response time. Alternate response times with and without guarantee payments may be included in the offeror's proposal. Your proposal pricing must include the following for the base period and each of the option periods: - Ferry Flight charges are applicable on the inbound flight to Laguna Air Field (YPG) - "Dry" rate charges are charged for all other flights, including the flight back to the contractor's facility, except for special missions that take the aircraft offsite of YPG. - Special missions flown offsite of YPG, when Government supplied fuel is not available, will be flown at the dry rate and the contractor will be reimbursed for fuel costs. - The "Daily Availability" rate represents the minimum charge per day at the "dry" rate for the current year. All actual operational BFH including the inbound ferry flight will be credited towards meeting the daily availability charge. Fuel Cost The Contractor will be reimbursed the cost of fuel for the inbound ferry flight. Offerors are not to provide a cost when submitting proposals. This is a common cost line item. Estimated Fuel cost per year: $600,000. "As part of the price evaluation, the Government will evaluate the Option to Extend Services under FAR Clause 52.217-8 by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, first option, second option, and one-half of the second option. Offerors are required only to price the base and two options. Offerors shall not submit a price for the potential one-half year extension of services period." Base Year Ferry Flight, fuel excluded:$______________ BFH Operation, fuel excluded, dry rate: $______________ If Applicable: Daily Availability rate per day: (NTE 4 days/week) $______________ Loadmaster Daily Rate (if not included in BFH or Ferry rates): $______________ Fees for late cancellation of scheduled flights: Scheduled flights that are canceled by the customer with less than 7 days notice that cause a financial loss to the contractor because of other business that the contractor has turned down for the scheduled timeframe. Cancellation fees: - For flights that are cancelled with less than 7 days notice prior to the first day of scheduled flight: $______________ - For scheduled flights that are cancelled after the aircraft has launched from the contractor's facility (or its current location if not at the contractor's facility)$______________ Standby rates: The stand-by rate is a daily rate for the contractor to stand-by the C-130 aircraft and crew, ready to respond if needed as back-up to scheduled military aircraft. If required, the contractor will arrive on-site with 3 hour notification (alternate response times may be proposed.) $______________ Other: (Any other costs not included in the rates proposed above.)$______________ Cost per year to comply with the Contractor Manpower Reporting Requirement$______________ Option Year One Ferry Flight, fuel excluded:$______________ BFH Operation, fuel excluded, dry rate:$______________ If Applicable: Daily Availability rate per day: (NTE 4 days/week) $______________ Loadmaster Daily Rate (if not included in BFH or Ferry rates): $______________ Cancellation fees: - For flights that are cancelled with less than 7 days notice prior to the first day of scheduled flight: $______________ - For scheduled flights that are cancelled after the aircraft has launched from the contractor's facility (or its current location if not at the contractor's facility) $______________ Standby Rate (as described above) $______________ Other: (Any other costs not included in the rates proposed above.) $______________ Cost per year to comply with the Contractor Manpower Reporting Requirement$______________ Option Year Two Ferry Flight, fuel excluded:$______________ BFH Operation, fuel excluded, dry rate:$______________ If Applicable: Daily Availability rate per day: (NTE 4 days/week) $______________ Loadmaster Daily Rate (if not included in BFH or Ferry rates): $______________ Cancellation fees: - For flights that are cancelled with less than 7 days notice prior to the first day of scheduled flight: $______________ - For scheduled flights that are cancelled after the aircraft has launched from the contractor's facility (or its current location if not at the contractor's facility) $______________ Standby Rate (as described above) $______________ Other: (Any other costs not included in the rates proposed above.) $______________ Cost per year to comply with the Contractor Manpower Reporting Requirement$______________ (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/farsite.html (End of provision) Local Clause 5152.233-4000, AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. AC 5152.0228-4001 (NOV 2006) INSURANCE REQUIREMENTS The following insurance is required as a minimum in accordance with the Federal Acquisition Regulations and the appropriate clause in Section I: a. Legally Required Insurance: Where certain laws apply, such as state laws governing workman's compensation and employer's liability coverage, etc., the contractor, prior to commencement of work, shall furnish the Contracting Officer a written statement that such laws have been complied with and that compliance will continue throughout the period of contract performance. Minimum coverage of $100,000 is required. b. Comprehensive General Liability and Automobile Liability: PerProperty Each PersonOccurrenceDamage Comprehensive None$500,000None General Liability Automobile Liability$200,000$500,000$20,000 __________________________________________________________________________________ 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c78832c752162a7bc390423c2f3b347b)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02505834-W 20110723/110721234716-c78832c752162a7bc390423c2f3b347b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.