Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2016 FBO #5272
SOLICITATION NOTICE

U -- EOD Silver Flag Training - Combo RFQ

Notice Date
4/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8051-16-R-3005
 
Archive Date
5/20/2016
 
Point of Contact
S. Chase Cooper, Phone: 8502836844
 
E-Mail Address
stephen.cooper.15@us.af.mil
(stephen.cooper.15@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Appendix 1 - Historical Data Clauses and Provisions Price Sheet PWS Combo - Signed Combo - Word doc 28 April 2016 COMBINED SYNOPSIS/SOLICITATION Solicitation Number: FA8051-15-R-3005 FROM: 772 ESS/PKD 139 BARNES AVE, BLDG 1120 TYNDALL AFB FL 32403 SUBJECT: Explosive Ordnance Disposal (EOD) Silver Flag Training 1. Solicitation. 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 772 ESS/PKD intends to award Firm Fixed Price (FFP) type contract for the purchase of EOD Silver Flag Training as described in the Performance Work Statement (PWS) (Attachment 1). The Government intends to award one contract to the responsible offeror whose offer represents the Best Value to the Government. The period of performance for this contract shall be four months. This document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-87-1. This requirement is being solicited as a 100% small business set-aside. The NAICS code for this acquisition is 611699 and the Small Business size standard is $11.0M. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. All clauses and provisions may be found in full text at the following site: http://farsite.hill.af.mil. 2. Best Value Evaluation. For this procurement, the Best Value determination will be made as Lowest Price Technically Acceptable (LPTA). The following factors will be used to evaluate offers: A) Price, B) Technical Capability/Approach, and C) Past Performance. The Government intends to award to the contractor with the lowest price whose Technical Capability/Approach and Past Performance are determined to be technically acceptable. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. The following process will be followed: A. Price. Total evaluated price will be determined by multiplying the quantities identified in the Price Sheet by the proposed unit price for each Contract Line Item Number (CLIN). The extended amounts for each CLIN will then be totaled to obtain the total for each performance period. The extended total for the basic performance will then be added to the extended total for each option period, to obtain the total evaluated price. Evaluation of option prices will not obligate the Government to exercise options. B. Technical Capability/Approach. This factor will be determined through Government evaluation of the proposal of how well the proposal meets the requirements outlined in the PWS. C. Past Performance: The offeror shall provide examples of past performance (contract number, location, POC, contact information) for services performed in the last three (3) years. Recent and relevant Past Performance will be evaluated based on an assessment of performance under previous contracts. Relevant Past Performance is defined as efforts involving similar scope and magnitude of effort and complexities this solicitation requires. Recent Past Performance is defined as efforts executed within the last three (3) years. In conducting the Past Performance evaluation, the Government reserves the right to use both the information provided in the offeror's Past Performance proposal and information obtained from other sources available to the Government, to include Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers and Fee Determining Official; the Defense Contract Management Agency (DCMA), and commercial sources. The Government will evaluate past performance as it relates to the requirements outlined in the SOW. Past Performance will be evaluated as either Acceptable or Unacceptable. A rating of Unacceptable will render a proposal ineligible for award. A lack of Past Performance will not be evaluated favorably or unfavorably and will therefore be evaluated as Acceptable. 3. Price Sheet. Contractors are required to fill in the unit price and only the unit price for all CLINs identified in the Price Sheet. The Unit Price should be rounded to the penny to avoid rounding errors. Detailed pricing information should be included as part of the proposal. The price sheet shall be consistent with the pricing submitted in the proposal, including any discounts. Extended totals will be automatically calculated by the spreadsheet. Since the Government intends to award without discussions, contractors are encouraged to offer their most advantageous pricing. Failure to comply with instructions will render the quote Unacceptable and ineligible for award in the absence of discussions. 4. Additional Instructions to Offerors. Vendors shall respond to this RFQ via email by 5 May 2016 at 1300 hours (1:00 pm) Central Standard Time (CST). All proposals should be sent to the Contracting Officer, Chase Cooper, at Stephen.cooper.15@us.af.mil before the due date and time specified. Any proposal, modification, or revision of a proposal received after the exact time specified for receipt of quotes is "late" and shall not be considered. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2013), or ensure the Representations and Certifications are updated at www.sam.gov. Technical proposals shall not exceed 10, single sided, typed, standard A4 pages. Type shall be no smaller than size 12 font. The page limit does not include price sheet or Representations and Certifications. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. 5. Questions. All questions regarding the RFQ package must be submitted to the above e-mail address by 3 May 2016 at 0700 (7:00 am) Central Standard Time (CST). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 6. Organizational Conflicts of Interest: All offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 7. Notice to Offeror: The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 30 days after the closing date of the RFQ. 8. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. S. CHASE COOPER Contracting Officer Attachments: 1. PWS 2. Price Sheet 3. Clauses and Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e497eb55a34d32c5f97805dacc12c1ad)
 
Place of Performance
Address: Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN04098211-W 20160430/160428234439-e497eb55a34d32c5f97805dacc12c1ad (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.