SOLICITATION NOTICE
V -- Commercial Travel Office (CTO) Services, Al Dhafra Air Base - Package #1 - DBIDS Application - Past Performance Questionnaire - Performance Work Statement
- Notice Date
- 2/6/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561510
— Travel Agencies
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA5706-13-R-0012
- Archive Date
- 3/23/2013
- Point of Contact
- Nathaniel C Armstrong, Phone: 050-812-0431
- E-Mail Address
-
nathaniel.armstrong@adab.afcent.af.mil
(nathaniel.armstrong@adab.afcent.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1, Performance Work Statement (PWS) dated January 2013 Attachment 2, Past Performance Questionnaire Attachment 3, DBIDS Application Solicitation FA5706-13-R-0012 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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 commercial travel office services at Al Dhafra Air Base, Abu Dhabi, United Arab Emirates. The contractor shall provide all services required to operate the commercial travel office in accordance with the Performance Work Statement (PWS). Service shall begin and be carried out as stated in this solicitation and must meet the requirements specified in the PWS and herein. From this solicitation a single award, non-personal service contract is expected to be awarded on a Lowest Priced Technically Acceptable (LPTA) with Acceptable Past Performance basis. The contract is expected to commence on 1 May 2013 and will include a base year, four (4) option years, and an option to extend services period of up to six (6) months. The Government has no obligation to exercise options, even though the options will be included in the overall price evaluation. Offerors must comply with FAR 52.212-1 - Instructions to Offerors - Commercial Items, and FAR 52.212-2 - Evaluation Criteria - Commercial Items as stated in solicitation FA5706-136-R-0012 when submitting a proposal. The offeror is responsible for complying with ALL criteria specified in the solicitation. The following four paragraphs represent excerpts from the solicitation. 1. Technical Capability. The evaluation team will assess the technical proposal on an acceptable/unacceptable basis. Each proposal will be given either an acceptable or unacceptable rating. If all documentation requested in FAR 52.212-1 is submitted correctly and the technical proposal meets the PWS requirements the offeror shall be rated as acceptable. This includes a completed copy of the representations and certifications at FAR 52.212-3. A proposed Quality Control Plan (QCP) that demonstrates how the offeror tends to manage the contract to ensure all requirements are met in accordance with the PWS must be included in the technical proposal. Failure to submit any requirement or the proper documentation may result in the offeror being eliminated prior to evaluation of past performance. 2. Evaluating Past Performance. Offerors must send the 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 management and running of a CTO that is capable of being open for services 365 days per year and supporting at least 300 travelers per month. Only services that have been performed within the past five (5) years from issuance of this solicitation will be valid. The evaluation team will assess past performance, specifically the quality and satisfaction rating of relevant and recent contracts obtained from the results of past performance questionnaires. Past performance references who have returned questionnaires determined to be recent and relevant will be used in the past performance assessment. Past performance will either be assessed on an acceptable/unacceptable basis. A minimum of two questionnaires must be submitted in order to receive an acceptable rating. Past performance will be deemed acceptable if the offeror's performance record gives the Government a reasonable expectation that the offeror will successfully perform the requirement. 3. Evaluating Price. The total service fee prices are inclusive of all contract line items. The basic year, and all option years will be evaluated. Award shall be made to the lowest priced offeror that is determined to be most advantageous to the Government. The proposal shall include pricing for all CLINs in United Arab Emirates Dirham (AED). 4. A written notice of award or acceptance of an offer furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. The offeror must submit a proposal that is valid for a minimum of 30 days from the end of the solicitation period. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. A complete proposal, including past performance questionnaires, MUST be received no later than March 8, 2013 at 1700 hours local time, Abu Dhabi, United Arab Emirates. Please note that proposals submitted through email shall not exceed 9MB due to size limitations. The proposals should be broken down into separate emails and labeled 1 of 5, 2 of 5, etc. if exceeding 9MB. Any proposals or portions of 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA5706-13-R-0012/listing.html)
- Place of Performance
- Address: Al Dhafra Air Base, Abu Dhabi, Non-U.S., 00000, United Arab Emirates
- Record
- SN02981422-W 20130208/130206234927-d3f08ac2c3520edaa60d50a64fe6c974 (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 |