SOLICITATION NOTICE
V -- Air Transportation Services
- Notice Date
- 2/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060412R0015
- Response Due
- 3/30/2012
- Archive Date
- 4/14/2012
- Point of Contact
- Neil Alexander 808-473-7569
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using FAR 15, Contracting by Negotiation, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-R-0015. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20120130. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 481211 and the Small Business Standard is 1500. The proposed contract is 100% set aside for small business concerns. CLIN 0001 “ PHASE I AIR TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 30 MAY 2012 THROUGH 21 JUNE 2012 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________. = $__________. CLIN 0002 “ PHASE II AIR TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 26 JUNE 2012 THROUGH 14 AUGUST 2012 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________ = $__________. CLIN 0003 “ FUEL. USED IN DIRECT SUPPORT OF THIS CONTRACT WILL BE REIMBURSED BY THE GOVERNMENT WHEN THE PRICE EXCEEDS THE PEGGED RATE OF $3.84 PER US GALLON. THIS REIMBURSEMENT SHALL BE IN ACCORDANCE WITH PERFORMANCE WORK STATEMENT AND APPLICABLE FEDERAL REGULATIONS. REIMBURSEMENT REQUESTS INCLUDE CALCULATIONS AND PAID RECEIPTS FOR ALL FUEL TRANSACTIONS. QTY 1 Group @ $__________ = $__________. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation “ Commercial Items; 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.209-5, Certification Regarding Responsibility Matters; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers With Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires DFARS 252.204-7003, Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A, Central Contractor Registration Alternate A DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.212-7000, Offeror Representations and Certifications “ Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea DFARS 252.232-7010, Levies on Contract Payments SUP 5252.232-9402, Wide Area Work Flow (WAWF) This announcement will close at 10:00 AM HST on 30 March 2012. Quotations must be received via email by this date/time to be considered responsive. Contact Neil Alexander, Contract Specialist, who can be reached at 808-473-7569 or via email at neil.alexander@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. The submitter should confirm receipt of submissions. ***All questions for this solicitation are due by COB 9 March 2012*** Evaluation Factors: The Government intends to award a Firm Fixed-Price (FFP) contract to the responsible offeror whose submission represents the lowest overall cost alternative after evaluation in accordance with the factors outlined in this solicitation. IAW FAR 15.101-2 quotes will be evaluated based on technical acceptability and price. Therefore, quote submissions shall consist of two parts: (1) Technical Submission, and a (2) Price Quote. 1. Technical Submission. Technical Submissions must be submitted addressing all criteria listed below. These criteria, which will be used in evaluating proposals, are of equal importance. Technical Submissions shall be broken out into the following areas: A.At a minimum the Technical Submission, must include: (1)Technical proposal that demonstrates full compliance to all requirements set forth in the PWS. (2)Whether the requirement will be satisfied using multiple trips with a smaller aircraft or single flights with a larger aircraft. 2. Price Submission: Price Submissions must be submitted addressing all criteria listed below. The criteria, which will be used in evaluating proposals, are of equal importance. Price submissions shall be broken out in the following areas: (1) Submit a completed schedule of prices. (3)In addition to the total bid, a cost per roundtrip estimate. The Government will evaluate the Technical Submission as acceptable (pass) or unacceptable (fail). Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All proposals shall include price(s), technical capability, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412R0015/listing.html)
- Record
- SN02685341-W 20120302/120229234339-47f0d7bd9299bddd06cc3d8597661665 (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 |