SOLICITATION NOTICE
S -- TRANSIENT AIRCRAFT SUPPORT SERVICES - Package #1
- Notice Date
- 6/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- FA4626-14-A-AVIATION
- Point of Contact
- Brett M. Duffey, Phone: 4067314555, Stephanie M. Rearick, Phone: 4067313996
- E-Mail Address
-
brett.duffey@us.af.mil, stephanie.rearick@us.af.mil
(brett.duffey@us.af.mil, stephanie.rearick@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attch 3 - Pricing Schedule for Transient Aircraft Support Services Attch 2 - SOW for Transient Aircraft Support Services Attch 1 - BPA Description of Agreement for Transient Aircraft Support Services Combined Synopsis/Solicitation - Transient Aircraft Support Services COMBINED SYNOPSIS/SOLICITATION TRANSIENT AIRCRAFT SUPPORT SERVICES MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number FA4626-14-A-AVIAITION. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. (iv) This procurement is being issued as a full and open requirement. The North American Industry Classification System (NAICS) code is 488190, Other Airport Operations for Air Transportation, with a small business size standard of $30.0M. (v) The contractor shall provide transient air services at the Great Falls International Airport (GFIA). Malmstrom AFB DOES NOT have an active runway and uses the runway at GFIA. The contractor shall perform line services, ground handling services, and customer services to provide transient aircraft services for Malmstrom AFB. The contractor will provide all equipment and personnel to complete these services and shall conform to all safety requirements related to the accomplishments of required work. The contractor must be capable of providing all services described in the Statement of Work (SOW) to support this requirement. *The following services will be paid for by Malmstrom AFB. All other services listed in the Statement of Work will be the responsibility of the aircraft. 1. Parking of Small Aircraft 2. Parking of Narrow Body Aircraft 3. Parking of Wide Body Aircraft 4. Use of Hot Cargo Pad (vi) Description of requirement: See Statement of Work (Attachment 1). (vii) Awardee shall coordinate with the 341 LRS prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quotes will be evaluated on price and ability to meet the technical requirements. The Government reserves the right to make award without discussions. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, AND SAM must be current at time of award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act 0f 1965 52.222-50 Combating Trafficking In Persons. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.232-7009 Mandatory Payment by Governmentwide Commecial Purchase Card 252.232-7010 Levies on Contract Payments THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information OnlyIt is not a Wage Determination: Employee Class Monetary Wage Fringe Benefits Aircraft Servicer (WG-7) $19.88 $7.21 Aircraft Worker (WG-8) $21.31 $7.72 (End of Clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision. 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM ombudsman, HQ AF Global Strike Command/AFICA/KG, 66 Kenney Ave, Ste 233, Barksdate AFB, LA 71110, 318-456-6336.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) WAGE DETERMINATION Wage Determination 2005-2317, Revision No.: 13, Dated 06/19/2013 is incorporated by reference and is available by full text at www.wdol.gov. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quote, which includes a completed price list (Attachment 3), is required to be received NO LATER THAN 10:00 AM MST, Wednesday, 18 June 2014. Quotes must be emailed to Brett Duffey at brett.duffey@us.af.mil and stephanie.rearick@us.af.mil. Quotes may also be faxed to (406) 731-3748 to the attention of Brett Duffey and Stephanie Rearick. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to Brett Duffey at (406) 731-4555, brett.duffey@us.af.mil or Stephanie Rearick at (406) 731-3996, stephanie.rearick@us.af.mil. List of Attachments 1. Description of Agreement 2. Statement of Work 3. Price List
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/20e5de643eac58b5e91753c4245908f7)
- Place of Performance
- Address: Great Falls International Airport, Great Falls, Montana, 59404, United States
- Zip Code: 59404
- Zip Code: 59404
- Record
- SN03388161-W 20140608/140606234623-20e5de643eac58b5e91753c4245908f7 (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 |