SOLICITATION NOTICE
V -- AETC Airlift Support Services - PWS Sections A-J
- Notice Date
- 8/4/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division/Network Services Division (7QFA), 819 Taylor Street, Room: 11A30, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- ID07170035
- Archive Date
- 10/6/2017
- Point of Contact
- Tammy L. Mattox,
- E-Mail Address
-
tammy.mattox@gsa.gov
(tammy.mattox@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ID07170035 - RFP Cover Letter Section M - Appendix 4 - Pricing Spreadsheet Appendix C - Training Schedule Appendix B - SF1449 ID07170035 Appendix A - Change to Definition of High Performance Aircraft ID07170035 - PWS Sections K-M ID07170035 - PWS Sections A-J This is a combined synopsis/solicitation for commercial items (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. Solicitation number is ID07170035. The solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Parts 12 (Commercial Items/Services), 15 (Contracting by Negotiation) and 37 (Services Contracting). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94 & 95. This acquisition will utilize a total set aside for small businesses. North American Industry Classification System (NAICS) Code is 481211 and the small business size standard is 1,500 employees. The contract line item numbers with the descriptions, estimated quantities and units of issue are identified in Section M - Appendix 4 - Pricing Spreadsheet. The General Services Administration (GSA), Acquisition Operations Division, Region 7, has received a request from the United States Air Force (USAF) Air Education and Training Command (AETC). Contracting services are required to provide aircraft support with reliable and consistent access to necessary assets to support day/night air operations that include static line parachuting, military freefall parachuting, water jumps/operations, alternate insertion/extraction (AIE) training, and terminal area control (TAC) training. This/These contract(s) will provide platforms, crews, support staff required to perform Parachute and AIE operations (parachute packing, parachute repair, oxygen maintenance, pilot services, aircraft maintenance) associated with the delivery of Air Lift support. This requirement consists of a one-year base and four one-year option periods. Performance start date is October 2, 2017 and is subject to the availability of funds. FAR 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition and is amended in accordance with Section L.2 of this solicitation. FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. The following factors shall be used to evaluate offers: Technical/Management Approach Past Experience (PE) Past Performance (PP) Price Proposals will be subjectively evaluated using relative importance. Non-price factors are listed in order of importance. Non-price factors (TMA/PE/PP) when combined are significantly more important than Price. As technical factors become closer in merit, price could become the determining factor for award. Non-price factors (TMA/PE/PP) will be evaluated first, then price. The Government may award to other than low price. The government will select a proposal based upon a best value determination. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017), is to be completed and included with the offer per the instructions in Section K of the solicitation. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition and includes the following amendment: FAR 52.212-4(c) is hereby amended as follows: The Government reserves the right to issue unilateral close out modifications to close out commercial contractual agreements, after the contractor has acknowledged the contract is closed and that no further liability exists on behalf of the parties. The Government also reserves the right under the unilateral close out modification to de-obligate money after full payment has been made to the contractor for their services under this contract. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item (JAN 2017), applies to this acquisition. The following FAR clauses included in FAR 52.212-5 also apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).___ (ii) Alternate I (Nov 2011). 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a) Please refer to the solicitation for all other applicable provisions and clauses. As stated in Section L, paragraph 2.1 of the solicitation, offerors shall use IT Solution Shop (ITSS) to submit a proposal. Proposals will only be received and awarded via ITSS. The link is listed below and the ITSS Help Desk number is 1-877-243-2889. ITSS webpage is https://web.itss.gsa.gov/Login. To submit a proposal for consideration for award, all interested offerors must send GSA an email identifying (1) offeror's name, and (2) the name of an individual employee who will act as the offeror's GSA point of contact (POC) for this requirement that is "registered in ITSS." OFFERORS MUST IDENTIFY THE COMPANY NAME AND THE POC'S NAME EXACTLY AS IT APPEARS IN ITSS. "Registered in ITSS" or "Registration in ITSS" means an offeror is successfully registered in ITSS such that the Government can select the offeror's designated POC in ITSS to receive the Request for Proposal (RFP), view an order, and be able to submit a proposal. Some offerors have multiple company divisions and employees registered in ITSS making it difficult for GSA selection. Therefore, to ensure that all interested offerors are able to submit a proposal, prompt submission of the above ITSS offeror information (offeror's name and POC) is highly encouraged. An email must be sent to tammy.mattox@gsa.gov in order to ensure registration. Offerors are instructed to please read RFP Cover letter first. The proposal closing date in ITSS is September 5, 2017 at 4 PM (Central Standard Time). An extension to the RFP closing date and time will not be granted due to an offeror's late registration in ITSS. Any proposal received by GSA after the closing date/time is late and will not be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c24a1d0008705cef3d7acfa3c7232897)
- Place of Performance
- Address: Primary Locations: Pope Army Airfield, NC; Ft. Bragg, NC; Kirtland AFB, NM; Roswell, NM; Patrick AFB, FL, Possible Alternative Locations: Avon Park, FL; Hurlburt Field, FL, United States
- Record
- SN04613508-W 20170806/170804231630-c24a1d0008705cef3d7acfa3c7232897 (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 |