SOLICITATION NOTICE
99 -- Firing Range Maintenance - Request for Proposal
- Notice Date
- 12/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA5706-13-R-0007
- Point of Contact
- Chris Klug, , Dennis Carr,
- E-Mail Address
-
christopher.klug@adab.afcent.af.mil, dennis.carr@adab.afcent.af.mil
(christopher.klug@adab.afcent.af.mil, dennis.carr@adab.afcent.af.mil)
- Small Business Set-Aside
- N/A
- Description
- CATM Firing Range Maintenance Request for Proposal (dated 20 Nov 12, 16 pages) Past Performance Questionaire (4 pages) Performance Work Statement (dated 1 September 2012, 8 pages) This is a combined synopsis/solicitation for commercial services 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 380th Expeditionary Contracting Squadron intends to award competitively a contract for Firing Range Maintenance services at Al Dhafra Air Base, Abu Dhabi, United Arab Emirates. The contractor shall provide all management, labor, transportation, equipment, and materials necessary to ensure firing range maintenance and lead abatement services are performed at Al Dhafra Air Base (ADAB), UAE mobile firing range, in a manner that will maintain safe facility conditions to perform firing operations as outlined in the attached Performance Work Statement (PWS). From this solicitation a single firm fixed priced, non-personal service contract is expected to be awarded to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The contract is expected to commence 10 Jan 2013 and will include a base year plus four option years. The Government has no obligation to exercise options, even though the options will be included in the overall price evaluation. Offers shall be evaluated in accordance with FAR 52.212-2: Evaluation of Commercial Items. The following factors shall be used to evaluate offers: a. Price - Award shall be made to the lowest priced offeror that is determined to be the most advantageous to the Government. The proposal shall include the proposed pricing for CLINs 0001, 0003, 0005, 0007, 0009 in United Arab Emirates Dirham (AED), which includes the base year and four option years. The contractor need not propose a price for CLINs 0002, 0004, 0006, 0008, 0010. b. Quality Control Plan - The contractor must provide a Quality Control Plan in accordance with the criteria specified in the Performance Work Statement. The Contractors' Quality Control Plan will be deemed either "acceptable" or "unacceptable." Quality Control Plan acceptability will be based on whether it adequately addresses the performance objectives listed in the PWS. The Quality Control Plan must be determined realistic by Government technical experts in order to be acceptable. c. Past Performance - The Government requires interested parties to send the attached Past Performance Questionnaire to at least two (2) clients who have received the same or similar service. Similar service is defined as work involving the similar lead abatement and firing range maintenance, or a comparable alternative. The contracting officer must approve the comparable alternative. Only projects that have occurred within the previous three (3) years from the issuance of this solicitation shall be considered valid. Information should be provided detailing to which customers the contractor sent the Past Performance Questionnaire. Data independently obtained from other Government and commercial sources will also be utilized by the Government during the past performance evaluation. The past performance will be deemed "acceptable" or "unacceptable." The past performance will be deemed acceptable if based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the requirement. d. Ability to Access the Base Please note that proposals submitted through e-mail should not exceed 9MB due to size limitations. The proposals should be broken into separate emails and labeled 1 of 5, 2 of 5, 3 of 5, etc. Any proposals that are late as a result of e-mail issues shall not be considered for award. It is the responsibility of the offeror to ensure proposals are submitted by the deadline. Zip files will not be accepted. The deadline for proposals, to include completed past performance questionnaires is 28 December 2012, 4:00PM GST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA5706-13-R-0007/listing.html)
- Place of Performance
- Address: Al Dhafra AB, UAE, United States
- Record
- SN02944476-W 20121208/121206235152-267380e0ebb3424372c5f83666e7a655 (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 |