Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
SOLICITATION NOTICE

V -- Chase Plane Services - Package #1

Notice Date
1/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Army, National Guard Bureau, 119 MSG/MSC, ND ANG, 1400 28 AVENUE NORTH, FARGO, North Dakota, 58102-1051, United States
 
ZIP Code
58102-1051
 
Solicitation Number
F7B1FG7336AW01
 
Archive Date
2/8/2018
 
Point of Contact
Brian L. Erdmann, , Lee Gunderson,
 
E-Mail Address
brian.l.erdmann.mil@mail.mil, lee.f.gunderson.mil@mail.mil
(brian.l.erdmann.mil@mail.mil, lee.f.gunderson.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses and Provisions Statement of Work Solicitation (i) This is a combined synopsis/solicitation for commercial items 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) The solicitation number for this acquisition is F7B1FG7336AW01 and is issued as a Request for Quote (RFQ). (iii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. (iv) The Product Service Code (PSC) is V121. The NAICS is 481219 and the business size standard is $15M. This acquisition is a SET ASIDE FOR SMALL BUSINESS. (v) Description of Requirements: The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform chase plane flying services for the 119th Wing, North Dakota Air National Guard. See the Statement of Work (SOW) for specific details. (vi) See attached SOW for delivery and acceptance information. The anticipated Period of Performance Period for this effort is 16 February 2018 to 15 February 2019, but is subject to change by the Contracting Officer based on mission requirements. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition. Provisions and clauses can be viewed via internet at the Air Force FAR site, http://farsite.hill.af.mil. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1. In addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number: 2. Federal Tax ID Number: 3. CAGE Code: 4. Contractor Name : 5. Payment Terms (net 30) or Discount: 6. Point of Contact & Phone Number: 7. Email address: 8. FOB: Destination 9. TECHNICAL ACCEPTABILITY INFORMATION: Provide details of your firm's ability to carry out the services requested as well as aircraft performance information related to the proposed aircraft to be used by the contractor. This information will be used to determine the technical acceptability of the product offered. Observer and Pilot qualifications in accordance with the SOW shall also be provided to determine technical acceptability. 10. PRICE: Provide pricing in terms of "Cost per RPA Mission". The price that is provided should include costs for the initial rendezvous at Hector IAP and flight to the Restricted Area and then the return flight from the Restricted Area back to Hector IAP. **Offerors shall submit quotes electronically via email to the individuals listed at the bottom of this solicitation. (ix) The provision at 52.212-2, Evaluation -Commercial Items (OCT 2014) applies to this acquisition. Evaluation of proposals will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. The evaluation criteria are: PRICE and TECHNICAL ACCEPTABILITY. ADDENDUM TO 52.212-2, Evaluation - Commercial Items The Government intends to award one single delivery contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government reserves the right to award a single award delivery contract in the event that only one offeror is determined to be technically acceptable. In the event that only one offeror is determined to be acceptable, pricing information shall be evaluated prior to the award of a contract. The following factors shall be used to evaluate offers: (i) technical acceptability of the services offered to meet the Government requirement in accordance with the SOW; (ii) Price or cost. To be considered technically acceptable, the offeror must submit a complete proposal IAW with this RFQ, including the technical acceptability information under the Addendum to FAR 52.212-1. (x) Offerors must have a current System for Award Management (S.A.M.) registration (www.sam.gov). (xi) The clause 52.212-4, Contract Terms and conditions - Commercial Items (JAN 2017), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JAN 2017), applies to this acquisition. (xiii) This acquisition will be contracted in accordance with the provisions set forth in FAR Parts 12, 13, and 16. See the attached provisions and clauses that are contemplated for this solicitation; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://farsite.af.mil/vffara.htm (xiv) The Defense Priorities and Allocations System (DPAS) assigned rating for this acquisition is: Not applicable (xv) Responses to this solicitation are to be submitted electronically via email by 24 January 2018, 12:00 PM Central Standard Time. Any questions or requests for information shall be submitted in writing to the individuals listed in paragraph (xvi) below no later than 17 January 2018, 3:00 PM Central Standard Time. (xvi) Responses are to be submitted electronically to Brian Erdmann via e-mail at brian.l.erdmann.mil@mail.mil and to Lee Gunderson at lee.f.gunderson.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32-1/F7B1FG7336AW01/listing.html)
 
Place of Performance
Address: Hector IAP, Fargo, North Dakota, 58102, United States
Zip Code: 58102
 
Record
SN04784649-W 20180111/180109231014-710ec92b6dcc08a82bf48a8fe6db2416 (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.