DOCUMENT
R -- Engineering/Technician Services in Independence, MO - Attachment
- Notice Date
- 5/1/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-570 CS - Central Logistics Service Area (Southwest)
- Solicitation Number
- 697DCK-18-R-00189
- Response Due
- 6/7/2018
- Archive Date
- 6/7/2018
- Point of Contact
- Jennifer Davis, jennifer.j.davis@faa.gov, Phone: 817-222-4349
- E-Mail Address
-
Click here to email Jennifer Davis
(jennifer.j.davis@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Screening Information Request/Request for Offer (SIR/RFO) for the following requirement: The Federal Aviation Administration (FAA) has a requirement for Engineering and Technician Services for the design, fabrication, testing, troubleshooting, repair and calibration of designated electronic equipment utilized by the Federal Aviation Administration (FAA). These services shall be accomplished on-site in the FAA Metrology Lab and Engineering Prefab Lab at the FAA Staging Area Center, 210 South Geospace Drive, Independence, Missouri 64056, utilizing FAA owned standards, test equipment, tools, machinery, manuals, and documentation unless specified otherwise by written technical instruction. The Contractor may occasionally be required to perform these functions on-site at other FAA locations in the United States. The contractor will work independently and not as an agent of the United States Government. The contractor shall supply employees with the appropriate PPE (Personal Protective Equipment) and shall comply with all FAA Staging Area safety policies. Safety shoes shall be worn when working in the metrology lab with heavy equipment. Safety shoes shall be worn in the Prefab & warehouse areas at all times. Safety glasses shall be worn in the Prefab machine shop area at all times. The Government seeks to award an Indefinite Delivery Indefinite Quantity (IDIQ) Labor Hour contract for the Engineering and Technician Services. The contract will be awarded with a one (1) year base ordering period along with four (4) one-year options, not to exceed a total five year ordering period. A delivery order will be issued with funding for each year of services. Options will be priced and evaluated for award purposes as a part of the offeror's proposal in accordance with AMS 3.2.4-31 (April 1996). The North American Industry Classification System (NAICS) code and size effort applicable to this requirement 541330 Engineering Services with a small business size standard of $15.0 million. There is NO SET ASIDE for this procurement. NOTICE: SITE VISIT INFORMATION A site visit will be conducted on Thursday, May 17, 2018 at 9:00 am CT. Location: Federal Aviation Administration (FAA) Kansas City Staging Area 210 South Geospace Drive Independence, MO 64056-3338 POC: Lori VanderLeest 816-329-3971 The site visit is optional but attendance is recommended. The purpose of the site visit is to familiarize the contractors with this requirement. No verbal explanation/answers provided at this meeting by Federal Aviation Administration personnel will bind the Government. Offerors are required to submit all questions regarding this solicitation to the Contracting Officer, Jennifer J Davis, in writing via email to jennifer.j.davis@faa.gov, no later than 10:00 am CT on Tuesday, May 22, 2018. Questions received will be addressed in the form of an amendment to the solicitation. The same information will be furnished to all offerors. NOTE: Only ONE (1) site visit will be conducted for this solicitation. Potential offerors who plan to attend must contact the Contracting Officer, Jennifer J Davis, via email at jennifer.j.davis@faa.gov to confirm their attendance no later than 2:00 pm CT on Tuesday, May 15, 2018. The representative of the contractor attending the site visit shall be a management official or a company estimator with full authority to act for and on behalf of the contractor. Furthermore, such individual shall be capable of legally binding the company. All vendors must have an active registration in the SAM.gov to receive the award. The SAM requirements are as follows: You must have a Duns & Bradstreet number. (A number can be obtained (free of charge) by calling 1-800-333-0505). Then you must register with SAM by applying online at www.sam.gov (This may take a day or two to show active). The SAM registration must also show NAICS Code 541330 Engineering Services under Goods & Services: NAICS Codes Selected. See Section M and Section J, Attachment 9 of the solicitation for Evaluation Breakdown and Criteria NOTE 1: Engineering Technical Services: The contractor shall enter an hourly rate in the schedule for its fully loaded hourly labor rate. The prices shall include all the contractor s reasonable actual labor costs that are directly allowable, allocable, and applicable to the contract including hourly salary, benefits, General and Administrative (G&A) cost, overhead, and profit. NOTE 2: Caution: Offerors are required to submit rates for all of the above contract line items. Since rates for all contract line items are one of the factors the Government will consider for award, failure of an offeror to submit pricing for all contract line items may cause their offer to be rejected. The offerors will not submit a rate for Travel Expenses since the amount for this item has been established by the Government. NOTE 3: Caution: The resultant contract shall be an indefinite delivery, indefinite quantity (IDIQ) labor hour contract. The contractor shall not be entitled to an adjustment for failure of the Government to place orders in excess of the stated minimum amount for a contract period. PROPOSAL SHALL BE SUBMITTED IN ACCORDANCE WITH SA18 Proposal Content and SA57 Proposal Content - Alternate Responses are due no later than 3:00 p.m. Central Time on Thursday, June 7, 2018 via email to Jennifer J Davis at jennifer.j.davis@faa.gov. Late proposals may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the offeror s response may be determined non-responsive and ineligible for evaluation. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Any and all inquiries regarding this SIR/RFO shall be directed only to the Contracting Officer, Jennifer J Davis at jennifer.j.davis@faa.gov. Phone calls will not be accepted. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/30082 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/697DCK-18-R-00189/listing.html)
- Document(s)
- Attachment
- File Name: 16 - 697DCK-18-R-00189 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/88748)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/88748
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 16 - 697DCK-18-R-00189 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/88748)
- Record
- SN04906352-W 20180503/180501230758-4283c901cbb5940f8a07f232d3cb1477 (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 |