SOLICITATION NOTICE
J -- Hangar Door Maintenance Services
- Notice Date
- 6/27/2014
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
- ZIP Code
- 67221-3702
- Solicitation Number
- FA4621-14-R-0001
- Point of Contact
- Molly Mellinger, Phone: 3167593278, Quarteeya Garner, Phone: 316-759-6866
- E-Mail Address
-
molly.mellinger@us.af.mil, quarteeya.garner@us.af.mil
(molly.mellinger@us.af.mil, quarteeya.garner@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS INSPECTION, PREVENTIVE MAINTENANCE AND REPAIR ON AIRCRAFT HANGAR DOORS, TAILS DOORS, OVERHEAD DOORS SERVICES Solicitation FA4621-14-R-0001 Synopsis Description Section: The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing announces the projected solicitation for the inspection, preventive maintenance and repair of aircraft hangar doors, tail doors, overhead doors service requirements on McConnell AFB, Kansas 67221. The 22d Contracting Squadron (AMC), McConnell Air Force Base (AFB), Kansas, intends to issue a Request for Proposal (RFP) for a 100% set-aside to Small Business (SB) concerns on or about 18 July 2014 for the acquisition of inspection, preventive maintenance and repair of aircraft hangar doors, tail doors, overhead doors services to be performed at McConnell AFB KS. All responsible SB concerns may submit a proposal which shall be considered by the agency. Responses to the Request for Proposal (RFP) will be evaluated using a "Best Value" approach, Price-Performance Trade-Off (PPTO) and evaluation factors with performance being significantly more important than price. The Government intends to issue an award to a single SB concern under a Firm-Fixed-Price (FFP), Requirements, "D" Type contract on or about 8 September 2014. Services will be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items. The expected award shall consist of one (1) base year period of performance (12 months, 1 October 2014 through 30 September 2015) and may include up to four (4) optional periods of performance (each 1 year in duration, following the base year and running consecutively from the expiration of the base period of performance). There is no guarantee that any optional periods of performance may be exercised. The NAICS code for this requirement is 811310, commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance. The Small Business Size Standard is $7,000,000. The Contractor shall provide all management, tools, supplies, equipment, labor, transportation, supervision and any other items and services necessary to perform Inspection, Preventive Maintenance, and Repair Services for Aircraft Hangar Doors, Tail Doors, and Overhead Doors for McConnell Air Force Base, Kansas in accordance with all applicable laws, regulations, commercial practices, and manufacturer's specifications as described in the Performance Work Statement (PWS) with emphasis placed on safety and customer service. The contractor is expected to use innovative solutions to effectively accomplish PWS requirements in a timely manner at reduced costs and in a way that fosters pride and ownership in the services performed. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Performance Work Statement (PWS), the Department of Labor (DoL) Wage Determination and the Past and Present Performance Questionnaire, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fedbizopps.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package, which should be on or about 18 July 2014, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the System for Award Management (SAM) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on SAM registration can be obtained at the following web site: http://www.sam.gov. No response to this announcement is required. The government will not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/proposal preparation costs. Per AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012), the following applies: (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/DRU or AFISRA ombudsmen, Mr. Gregory S. O'Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, phone number (618) 229-0267, facsimile number (618) 256-6668, email gregory.oneal@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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 (703) 588-7004, facsimile number (703) 588-1067. (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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-14-R-0001/listing.html)
- Place of Performance
- Address: McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN03408456-W 20140629/140627234358-d5d62b43d93f91986c7d11e0cc493996 (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 |