Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOLICITATION NOTICE

J -- UH-72 MECHANICS - CLINS

Notice Date
8/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, 10620 Mather Boulevard, Mather, California, 95655-4125, United States
 
ZIP Code
95655-4125
 
Solicitation Number
W912LA18T0073
 
Archive Date
9/25/2018
 
Point of Contact
Stella H Davis, Phone: 805-748-9164
 
E-Mail Address
stella.h.davis.civ@mail.mil
(stella.h.davis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
LINE ITEM CLIN ATTACHMENT This is a combined synopsis/solicitation for commercial items prepared IAW 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. The solicitation W912LA18T0073 is issued as a Request for Proposal. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 20 July 2018. This procurement is issued under NAICS code 488190. The small business size standard for this NAICS code is $15 Million. The California National Guard is soliciting proposals for Aircraft Mechanic services in Stockton, CA 95206. The Contractor will provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform aviation maintenance services in accordance with this solicitation and the attached Performance Work Statement. This Request for Proposal is unrestricted. In accordance with [Federal Acquisition Regulation (FAR)] Subpart 19.5, any award resulting from this solicitation, will be made on a competitive basis from among all responsible business concerns submitting offers. This Request for Proposal will result in a single, Firm-Fixed Priced contract. Offers will be evaluated as Lowest Price Technically Acceptable. Simplified Acquisition Procedures will be utilized. The requirement is for the following: The contractor shall staff one Contact Team to provide scheduled maintenance support to the Army National Guard UH-72 fleet located at Stockton Metropolitan Airport. The team will consist of 1 each A&P Mechanic III, and 1 each A&P Mechanic II with a maximum of 1000 man hours per position. Department of Labor Wage rates apply. The following FAR provisions/clauses are incorporated: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-22, Alternative Line Item Proposal; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 52.209-12, Certification Regarding Tax Matters; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.216-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisitions; 52.217-8, Option to Extend Services; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.222-55, Minimum Wages Under Executive Order 13658; 52.222-62, Paid Sick Leave Under Executive Order 13706; 52.223-1, Biobased Product Certification; 52.223-4, Recovered Material Certification; 52.223-5, Pollution Prevention and Right to Know Information; 52.223-17, Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.223-20, Aerosols; 52.223-21, Foams; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; and 52.252-2; Clauses incorporated by Reference; 52.237-1, Site Visit; 52.245-1, Government Property; 52.245-9, Use and Charges; 52.252-2, Clauses Incorporated by Reference. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and must be fully completed and submitted with offer; and 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following DFARS clauses are incorporated: 252.201-7000, Contracting Officer's Representative; 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011, Alternative Line Item Structure; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; 252.211-7007, Reporting of Government Furnished Property; 252.213-7000, Notice to Prospective suppliers on the Use of Past Performance Information retrieval System - Statistical Reporting in Past Performance Evaluations; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7000, Buy American - Balance of Payments Program Certificate; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.239-7001, Information Assurance Contractor Training and Certification; 252.244-7000, Subcontracts for Commercial Items; 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property; 252.245-7002, Reporting Loss of Government Property; 252.245-7003, Contractor Property Management System Administration; 252.245-7004, Reporting, Reutilization, and Disposal; 252.247-7023 ALT III, Transportation of Supplies by Sea. Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ___________________________________________ ___________________________________________ ___________________________________________ [Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are __________ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. All vendors must be registered in the System for Award Management (SAM) database. Proposals are due NLT September 10, 2018 by 10:00 AM at USPFO for California, Contracting Office, 903 Industrial Way, Camp Roberts, CA 93451-5000. Proposals shall be emailed to stella.h.davis.civ@mail.mil, ATTN: Stella Davis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA18T0073/listing.html)
 
Place of Performance
Address: Stockton, CA, United States
 
Record
SN05057938-W 20180829/180827231246-82180c2d588f3bf63fbaa5d0d876964c (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.