SOLICITATION NOTICE
15 -- Movement of One (1) C-130 Ground Instructional Training Aircraft (GITA) from Little Rock Air FOrce Base (LRAFB) to Aberdeen Proving Ground, Edgewood Area, Maryland
- Notice Date
- 8/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ACC-APG SCRT - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-11-R-C130
- Response Due
- 9/1/2011
- Archive Date
- 10/31/2011
- Point of Contact
- Susan Hanle, 410-436-4477
- E-Mail Address
-
ACC-APG SCRT - Edgewood
(susan.hanle@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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. 1. This acquisition is set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns in accordance with FAR 19.1405. The applicable NAICS code is 336413 with a small business size standard of 1,000 employees. 2. This combined synopsis/solicitation W911SR-11-R-C130 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53. 3. CLIN 0001 - The contractor as an independent contractor and not as an agent of the Government shall furnish the necessary resources to perform all work described in the following Performance Work Statement. TOTAL FIRM FIXED PRICE: __________________________________ PERFORMANCE WORK STATEMENT TITLE: Movement of One (1) C-130 Ground Instructional Training Aircraft (GITA) C.1.0 SCOPE. The Government requires contractor support to inspect and document the operational functionality of the lighting, internal air handling, ramp door, and electronics of a C-130 aircraft (37764) currently located at Little Rock Air Force Base (LRAFB). Disassembly of the aircraft is required for transportation and transport to Aberdeen Proving Ground, Edgewood Area (APG-EA), Maryland. Delivery to APG-EA will consist of only the fuselage (clipped wing configuration). The contactor will then confirm that the subsystems identified during the initial inspection are functioning following delivery. C.1.1 Background. The Edgewood Chemical Biological Center's (ECBC) Chemical Biological Applications and Risk Reduction (CBARR) Team has been engaged to initiate planning for a cradle-to-grave strategy for the transport, staging, sustainment and transition and final disposition of one (1) Ground Instruction Training Aircraft (GITA) C-130 test article at APG-EA. C.1.2 Objective. The objective of this effort is to safely transport one (1) C130 GITA fuselage from LRAFB to APG-EA. C.2.0 APPLICABLE DOCUMENTS. C.2.1 Military Standard(s). C.2.1.1 MIL-STD-882D, System Safety, 10 February 2000. (This Standard is available from: http://www.assistdocs.com/search/search_basic.cfm.) C.3.0 REQUIREMENTS. The contractor, as an independent contractor and not as an agent of the Government, shall furnish the necessary resources (except those specifically designated as Government-furnished)) to perform the following work: C.3.1 Inspection and Documentation. The contractor shall inspect current systems functionality on aircraft 37764. The contractor shall then document functionality of the internal air handling/circulation, lighting, and electronic systems in accordance with (IAW) Exhibit Line Item Number (ELIN) A001. The contractor shall provide a list of all materials (i.e., fluids and/or solids and foam) that will be removed from the aircraft, to include quantities, as an appendix to ELIN A001. C.3.1.1 The contractor shall prepare and submit a Safety Plan, IAW ELIN A002, addressing plans for ensuring the safe transport of the aircraft, along with a Transport Risk Assessment and provide as an appendix to ELIN A002. The MIL-STD-882D provides guidance. C.3.1.2 The contractor shall provide a Site Transportation Plan IAW ELIN A003. The contractor shall include their plan for responding to spills and clean-up, to include coordination with on-site response authorities. C.3.2 Aircraft Disassembly. Upon Government approval, the contractor shall disassemble aircraft 37764 for transport from LRAFB to APG-EA, MD. During disassembly the contractor shall ensure all necessary fluids (petroleum, oils, lubricants, etc.) are drained from the aircraft and held or disposed of IAW applicable state and installation regulations. The evacuation of refrigerants, if needed, shall be performed by personnel with Environmental Protection Agency (EPA)-approved training and equipment. The handling of the evacuated refrigerants, if needed, shall be IAW applicable Federal laws. If required for transport, foams within the wings of the C-130 shall be removed and disposed of in coordination with the LRAFB Garrison. C.3.3 Aircraft Transportation. The contractor shall transport the disassembled fuselage (clipped wing configuration) from LRAFB to APG-EA, Maryland. The aircraft shall be packaged to ensure no damage is sustained during transport to APG-EA, MD. Transport of the C-130 shall be conducted IAW Department of Transportation (DOT) regulations. Transportation of fluids remaining within the aircraft shall have the appropriate spill response and mitigation equipment and operator training IAW DOT requirements. C.3.4 Aircraft Reassembly. The contractor shall ensure the original identified systems are functioning (internal air handling/circulation, lighting, and electronic systems) through demonstration and documentation IAW ELIN A001. The contractor shall inform the Contracting Officer's Representative (COR) two (2) calendar days prior to conduct of the demonstration. The contractor shall comply with all applicable Army and Federal regulations, local safety procedures, and security requirements. C.3.5 Site Visit: Upon contract award, the contractor shall conduct a three-day site visit to LRAFB to assess the aircraft and transport routes and provide a presentation of proposed plans for this effort, to include an overview of the contractor's expertise employed for previous, similar efforts IAW ELIN A004. C.3.6 Performance Outcomes. The outcomes to be satisfied under this contract include high quality, cost effective performance with consistent adherence to schedule requirements. The Government will use a Quality Assurance Surveillance Plan (QASP) as the basis for assessing the contractor's performance. (see attachment to this notice) 4. Inspection and Acceptance will take place at destination. 5. The period of performance for this effort is three (3) months from date of award. 6. Security. This contract is unclassified and does not contain security requirements or a Contract Security Classification Specification, DD Form 254. However, the Government may require Operations Security (OPSEC) measures (when applicable) to protect sensitive unclassified contract information. If access to unclassified sensitive information (For Official Use Only - FOUO) is authorized, the contractor may access only the information related to the subject matter of this contract. 6.1 In accordance with the Arms Export Control Act (Title 22, USC (Sec 275)), the International Traffic in Arms Regulation (ITAR), and/or Department of Defense (DoD) Directive 5230.25, foreign nationals shall not work on this contract without the express permission of the Contracting Officer. If requesting approval, the contractor shall provide: the full name; date of birth; place of birth; citizenship; registration number; type of visa; clear copy of picture identification of visa, green card, or permanent resident card; port of entry; title of position to be filled; abbreviated curriculum vitae; and justification for employment to the Contract Specialist. These items will be reviewed by the Security Office with subsequent approval by the Contracting Officer. Previously approved foreign nationals must be re-approved if the nature of their work under this contact differs from that performed under the prior year's contract. 6.2 If the contractor believes this effort is strictly for fundamental research, the contractor shall request a waiver from this requirement from the Contracting Officer. 6.3 The contractor shall ensure that foreign nationals approved for support of this effort will not have access to military technical or critical unclassified information. (The contractor shall conduct a search through the Defense Technical Information Center to determine whether information is designated as military technical or critical unclassified information. Additional information is available from the Military Critical Technologies List (http://www.dtic.mil/mctl/). 6.4 Should the government determine that the technology has developed to a point where the information warrants protection, a DD Form 254 and an approved classification guide will be issued. 6.5 The contractor shall report a violation of administrative security procedures or export control regulations that would subject critical unclassified information to possible compromise by foreign visitors or foreign national employees shall immediately be reported to the cognizant facility security office and Contracting Officer. PROVISIONS AND CLAUSES: 7. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. 8. The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the lowest priced responsible offeror that demonstrates successful past performance in previous contracts that are comparable in size and complexity to the requirement described by this solicitation. The following factors shall be used to evaluate offerors: (1) price and (2) past performance. Offerors must submit information on a minimum of two (2) recently completed projects (within the past 3 years) which are comparable in size and complexity to the requirement described by this solicitation. Past performance information for each project submitted must include the following: (1) the contract number, (2) a detailed description of the effort, (3) the name, address, and phone number for the contracting officer, (4) dollar value at time of award, (5) final price/ cost and if different from awarded price, explain why, (6) original delivery schedule, including dates of start and completion of work. If work was not completed in accordance with the delivery schedule, explain why. Past performance information will be evaluated to assess the performance risk of the offeror as it relates to the probability of successful completion of the effort described herein. The offeror will be assigned a risk rating of Low, Moderate, or High, where low is an indication that the offeror will successfully perform this effort and high is an indication that the offeror will not successfully perform the contract. Offerors that cannot demonstrate successful past performance on projects that are comparable in size and complexity to the requirement described by this solicitation will not be considered for award. 9. Offerors shall comply with the provision at 52.212-3 - Offeror Representations and Certifications - Commercial Items and submitted the completed representations and certifications with its offer. 10. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. 11. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION) applies to this acquisition. 12. The provision at 252.212-7000, Offeror Representations and Certifications - Commercial Items applies to this acquisition. 13. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Aug 2011) applies to this acquisition. The following clauses within this clause apply: 252.203-7000; 252.232-7003, 252.243-7002, and 252.247-7023. 14. The clause at 252.243-7001, Pricing of Contract Modifications applies to this acquisition. 15. Any contract awarded as a result of this solicitation will be subject to the Defense Priorities and Allocations System (DPAS) and assigned a "DO" rating. 16. Offers shall be submitted not later than 3:00 PM Eastern Time on September 1, 2011. Only complete offerors will be accepted. A complete offer is one that contains a total cost for completion of the work described by the performance work statement together with the requested past performance information and all required clause submissions (52.212-3 and 252.212-7000). Offerors are reminded that this acquisition is set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns and the representations and certifications submitted by the offeror must reflect the self-certification as a SDVOSB. 17. All offers shall be submitted to Mrs. Susan Hanle, via email: susan.l.hanle.civ@mail.mil not later than 3:00 PM Eastern Time on September 1, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7649d159e1c769c258df6594bdbb3255)
- Place of Performance
- Address: ACC-APG SCRT - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN02549250-W 20110827/110825235557-7649d159e1c769c258df6594bdbb3255 (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 |