Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2012 FBO #3944
SOLICITATION NOTICE

99 -- AIRCRAFT WASHING AND CORROSION PREVENTION

Notice Date
9/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
149TH FW/MSC, 1493 Billy Mitchell Blvd, Lackland AFB, TX 78236-0123
 
ZIP Code
78236-0123
 
Solicitation Number
F9J2MG2207A01
 
Response Due
9/25/2012
 
Archive Date
11/24/2012
 
Point of Contact
Matthew Vilsack, 210-925-7200
 
E-Mail Address
149TH FW/MSC
(matthew.vilsack@ang.af.mil)
 
Small Business Set-Aside
Total 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. The 149th Fighter Wing has a requirement for a 8 month aircraft wash and corrosion prevention of the F-16 aircraft. There will be a total of 8 washes per month for a total of 84 washes for the 8 month period. The contractor shall perform wash services at the 149th Fighter Wing as defined in the Performance Work Statement. The North American Industry Classification System Code (NAICS) for this requirement is 488190 with a small business size standard of $30M annually. This requirement will be a 100% Small Business Set-Aside. A firm fixed price contract will be awarded as a result of this solicitation. This RFQ has a total of 1 line item for the 8 month period, please provide pricing for the 8 months of washes per wash to include labor and all other expenses involved. The award will run for a period of 8 months from the date of award. Award date should be prior to 15 October 2012 and the Government intends for the award to run from 15 October 2012 - June 15, 2013, however this period is contingent upon funds availability. 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 two factors which will be used to evaluate offers are: Price and Past Performance. Price and past performance will be approximately equal weight in the determination of the award. The criteria for evaluation is below: Offerors shall include 3-5 references from recent and relevant contracts to include with their offer a brief description of performance and a good POC for that reference to include full name and phone number. For a contract to be considered recent, the contract must have been performed within the last three (3) years, July 2010 - July 2012. Definition of relevant for this particular requirement is contracts that are similar or greater in scope and magnitude that the effort described in this solicitation as follows: Very Relevant = Present/past performance effort involved essentially the same scope, magnitude of effort and complexities this solicitation requires. Relevant = Present/past performance effort involved much of the same scope, magnitude of effort and complexities this solicitation requires. Somewhat Relevant = Present/past performance effort involved some of the same scope, magnitude of effort and complexities this solicitation requires. Not Relevant = Present/past performance effort did not involve any of the same scope, magnitude of effort and complexities this solicitation requires. Scope, Magnitude and Complexity will be determined in regards to the similarity between the contractor's previous contracts (past performance) and that which will be performed in accordance with this particular project and this particular PWS. An assessment process will take place to review all offeror's price and past performance. This assessment process will result in an overall performance confidence assessment of one of the following ratings: Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence or Unknown Confidence. Offerors with no relevant past or present performance history or the offeror's performance record that is so limited that no confidence assessment rating can be obtained shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. SUBSTANTIAL CONFIDENCE = Based on the offeror's performance record, the Government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE = Based on the offeror's performance record, the Government has an expection that the offeror will successfully perform the required effort. LIMITED CONFIDENCE = Based on the offeror's performance record, the Government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE = Based on the offeror's performance record, the Government has a no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE = No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. Basis for Contract Award: Initially, offers shall be ranked according to price. This price shall be broken into per wash pricing and the total overall pricing lump sum amount of the total 8 months of service. After pricing comparison the Government will then move onto past performance. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating and is determined to be responsible, that offer represents the best value for the Government and the evaluation process stops at that point. Award shall be made to that offeror without further consideration or any other offers. If the low offeror is not found to have a "Substantial Confidence" rating than the Government will make an integrated best value award decision at that time by assessing the offers that are next in line. Offerors are encouraged and cautioned to submit sufficient information on their past performance to aid them in the assessment process. The Government intends to award a contract without discussions with respective offerors. The Government however, reserves the right to conduct discussions if deemed in it's best interest. PROVISIONS/CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certificates -Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this solicitation. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor Cooperation with authorities and remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.222-44, Fair Labor Standards Act and Service Contract Act, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The Clause at DFARS 252.203-7001, Buy American Act and Balance of Payments Program, applies to this solicitation. The Clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. The Clause at DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Quotes from this solicitation must be signed, dated and received no later than 4PM CST on the 25th of September, 2012. Offers must be either emailed to TSgt Matthew Vilsack at: matthew.vilsack@ang.af.mil or by dropping a copy off in our office and address is in the solicitation above. Please make sure to provide Cage Code, DUNS number, Tax Identification Number, Date offer expires, Warranty Info, Pricing for one single wash as well as monthly cost and overall pricing. POC: TSgt Matthew Vilsack 210-925-7200 matthew.vilsack@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-3/F9J2MG2207A01/listing.html)
 
Place of Performance
Address: 149TH FW/MSC 1493 Billy Mitchell Blvd, Lackland AFB TX
Zip Code: 78236-0123
 
Record
SN02874601-W 20120911/120909233334-c4c525533c2a14fbcf6b9af15bd0bfc1 (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.