SOLICITATION NOTICE
S -- Aircraft Corrosion Prevention Cleaning and Lavatory Services - RFP - SF 1449 - RFP - SF 1449 - PWS - WD - QASP
- Notice Date
- 3/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
- ZIP Code
- 92518-1650
- Solicitation Number
- FA4664-12-R-0006
- Point of Contact
- Reynaldo P. Elauria, Phone: (951) 655-4331
- E-Mail Address
-
reynaldo.elauria@us.af.mil
(reynaldo.elauria@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Quality Assurance Surveillance Plan Wage Determination Peformance Work Statement RFP Package 1 of 2 RFP Package 2 of 2 This is a combined synopsis/solicitation for commercial service prepared in accordance with FAR 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 (SF-1449) Number FA4664-12-R-0006, Request for Proposal (RFP) is issued as an attachment to this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, effective August 2010 and the Defense Federal Acquisition Regulations (DFARS) change notice 20070913. This RFP is issued as a Competitive Small Business Program Set-Aside requirement. The North American Industrial Classification System (NAICS) Code is 488190 a small business size standard of $7 million. The contractor shall provide non-personal services to include all supervision, personnel, equipment, transportation, material, other items and services necessary to provide aircraft corrosion prevention cleaning, lavatory, aircraft wash preparation, post wash restoration, lubrication, and other related services at March Air Reserve Base (ARB), California in accordance with the Performance Work Statement (PWS) which is also an attachment to this notice, and shall become a part of the resulting contract. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards, and must possess all required certification and licenses to perform the services. This requirement is subject to the Service Contract Act and will include the appropriate Department of Labor Wage Determinations. This requirement is a Performance-Based, Firm Fixed-Price (FFP) Contract; the period of performance will be a one (1) year base period, with four (4) sequential 12-month option periods for a total contract period of sixty (60) months, to be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable source selection process. The following factors shall be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical acceptability shall be evaluated on a pass/fail basis. Price evaluation shall be based on the lowest reasonable, balanced, and overall evaluated price. Evaluation of proposal may be made without discussions with the offerror(s). Additional and specific instructions in preparing the proposal and evaluation basis for award are provided in the attached written solicitation package (SF-1449). To be eligible for a contract award on this requirement, the contractor must be registered with the Central Contractor Registration (CCR) at www.ccr.gov. It is the responsibility of each potential offeror to periodically check www.fbo.gov to obtain any related amendments to this solicitation. It is also the offerors’ responsibility to be familiar with the applicable clauses and provisions that apply to this acquisition. These clauses and provisions and any applicable addenda are stipulated in the solicitation document (SF-1449). A site visit is scheduled at 9:00am on Wednesday, 14 March 2012. Transportation shall be provided for this purpose, and will depart on time at the meeting place in front of the Visitor Control Center, Bldg. 2370 at March ARB. Interested parties wanting to attend this site visit shall make an arrangement with Mr. Reynaldo Elauria, Contracting Officer via email at reynaldo.elauria@us.af.mil or telephone (951) 655-4331 no later than 3:00pm on 12 March 2012. Email shall include name and address of company, name of point of contact/ telephone, and number of people attending.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA4664-12-R-0006/listing.html)
- Place of Performance
- Address: 452 Operational Contracting Office, March ARB, California, 92518-1650, United States
- Zip Code: 92518-1650
- Zip Code: 92518-1650
- Record
- SN02688624-W 20120305/120303233022-68d3642a01d1ab66d687f98031565443 (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 |