AWARD
J -- Vehicle Maintenance Services
- Notice Date
- 9/12/2019
- Notice Type
- Award Notice
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO MS CRTC MSC, 4715 HEWES AVE BLDG 146, GULFPORT, Mississippi, 39507-4324, United States
- ZIP Code
- 39507-4324
- Solicitation Number
- W9127Q-19-R-7003
- Archive Date
- 9/17/2019
- Point of Contact
- Brian M. Davis, Phone: 2282146072, Michael S. Hornbeck, Phone: 2282091594
- E-Mail Address
-
brian.m.davis22.mil@mail.mil, michael.s.hornbeck.mil@mail.mil
(brian.m.davis22.mil@mail.mil, michael.s.hornbeck.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W9127Q19P7007
- Award Date
- 9/2/2019
- Awardee
- Leo Tech LLC, 4100 Market St Ste 100 Rm 175<br />, Huntsville, Alabama 35808-3007, United States
- Award Amount
- 432533.62
- Description
- The Combat Readiness Training Center - Battlefield Airman Center at Gulfport, Mississippi intends to compete a Firm Fixed Price (FFP) contract for Vehicle Maintenance Support meeting the specifications outlined in this solicitation and within the Performance Work Statement. 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 solicitation number for this procurement is W9127Q-19-R-7003 and this is a Request for Proposals (RFP). This announcement will be issued as a combined synopsis/solicitation. This requirement is set aside for Small Business. The anticipated award will be a Firm Fixed Price Contract. This is a competitive requirement in which competing offerors' proposal will be evaluated on a best value basis. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in a proposal being determined unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The Government intends to award this Contract to the responsible offeror who meets all solicitation requirements and whose proposal provides the best value to the Government. The award decision will be based upon an integrated assessment using the evaluation criteria described below. While price will be a significant factor, the Government reserves the right to award to a higher rated, higher priced offeror, when the decision is consistent with the evaluation criteria and the Award Decision Authority determines that the technical superiority of the higher priced proposal outweighs the price difference. While the Government will strive for maximum objectivity; the fair opportunity selection process, by its nature, is subjective. Therefore, the use of professional judgment is implicit throughout the entire evaluation process. Evaluation Criteria The following factors will be used to evaluate the proposals: (1) Past Performance, (2) Technical Capabilities and (3) Price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price •· Past Performance will be rated as Very Relevant, Relevant, Somewhat Relevant, or Not Relevant. The Performance Confidence shall be rated as either Substantial Confidence, Satisfactory Confidence, Neutral Confidence, Limited Confidence, or No Confidence. Adjectival Rating Description Substantial Confidence Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Past Performance Relevancy Ratings Adjectival Rating Description Very Relevant Present/Past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Present/Past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/Past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/Past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. •· Technical capability shall be evaluated as OUTSTANDING (BLUE); GOOD (PURPLE); ACCEPTABLE (GREEN); MARGINAL (YELLOW) UNACCEPTABLE (RED) for the following areas •o Capability - Does the proposal demonstrate a clear understanding of the performance work statement and the degree to which the proposed technical design and implementation approach is technically and managerially sound and likely to produce results and meet the objectives of the Vehicle Maintenance service(s) as described in this solicitation •o Service Delivery, Operations and Management Approach - The extent to which the contractor's management approach demonstrates best practices, reasonableness, and realism. The proposed solution should describe a logical sequence of events, including a proposed implementation timeline, needed to make the implementation of a successful service program •o Staffing Plan and Personnel Qualifications - Vehicle Mechanics should have some past experience carrying out requirements stated in PWS. Is the contractor providing "certified" personnel for certain areas of performance? Example. Emergency Vehicle Maintenance and Refueler Maintenance. •o Quality Control Plan - Contractor may submit current processes in place that are used to maintain quality service to the Government. Past examples of Quality Control Plans may be submitted as well as long as they are relevant to the worked contained in the PWS. Blue Outstanding Proposal indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and risk of unsuccessful performance is low. Purple Good Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, and risk of unsuccessful performance is low to moderate. Green Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate. Yellow Marginal Proposal has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high. Red Unacceptable Proposal does not meet requirements of the solicitation, and thus, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2019-01. The North American Industry Classification System (NAICS) code is 811111. The SB size standard for this code is $7.5 million. The following line items should be quoted in the offers' proposal. CLIN 01 - MAINTENANCE SUPPORT SERVICES, Period of Performance 12 months CLIN 02 - CMRA REPORTING. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Gulfport CRTC- BAC via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at http://www.ecmra.mil CLIN 03 - (Quote as an option) See requirements in section 13. "Vehicle Operations" of the PWS A site visit will take place at the Gulfport CRTC on Wednesday, June 19th, 2019 at 9:00am CST. Address is 4715 Hewes Ave bldg. 146, Gulfport, MS 39507. Contractors will need to notify MSgt Brian M. Davis 228-214-6072, brian.m.davis22.mil@mail.mil, if they are going to attend. Contractors and those desiring to attend the site visit will need to be escorted on base. Please call or email to let us know that you will be attending. We will advise Security Forces that you will be arriving. Number of Contracts to be Awarded The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes and prices submitted and the availability of funds. Collective Bargaining Agreements Any Collective Bargaining Agreements that are in place should be identified in the offerors proposal along with any plans the offeror has in place to cover the requested service in case of a strike. Rejection of Unrealistic Offers The Government may reject any proposal/quote that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost/price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. The last day that questions will be taken is the 28 th of June, 2019 at 12:00 PM, Central Standard Time. Quotations are due by Monday, July 8, 2019 at 12:00 pm, Central Standard Time (CST). Contact the following individual for information regarding this solicitation. MSgt Brian Davis, Contract Specialist, brian.m.davis22.mil@mail.mil, Phone: (228) 214-6072, Contracting Office mailbox usaf.ms.ms-crtc.mbx.mscrtc-contracting@mail.mil SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. This contract is susceptible to the Service Contract Act. Please reference the below wage determination. This is subject to change upon time of award. WD 15-5147 (Rev.-7) posted on www.wdol.gov/sco.aspx on 01/01/2019 APPLICABLE CLAUSES/PROVISIONS: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offeror FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-22 Alternative Line Item Proposal FAR 52.207-3 Right of First Refusal of Employment FAR 52.209-1 Qualification Requirements FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.217-8 Option to Extend Services FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 FAR 52.223-6 Drug-Free Workplace FAR 52.223-10 Waste Reduction Program FAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners FAR 52.223-19 Compliance with Environmental Management Systems FAR 52.224-1 Privacy Act Notification FAR 52.224-3 Privacy Training FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer/ Central Contractor Registration FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Changes-Fixed Price--Alternate I FAR 52.245-1 Government Property FAR 52.246-4 Inspection of Services-Fixed-Price FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price) FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 DoD Antiterrorism Awareness Training for Contractors DFARS 252.223-7004 Drug-Free Work Force DFARS 252.225-7000 Buy American and Balance of Payments Program. DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program--Basic Contracting Office Address: Combat Readiness Training Center - Battlefield Airman Center 4715 Hewes Ave, bldg. 146 Gulfport, MS 39207 Primary Point of Contact: Brian M. Davis, 228-214-6072 brian.m.davis22.mil@mail.mil Secondary Point of Contact: Michael S. Hornbeck, 228-214-6168 Michael.S.Hornbeck.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/946f1cf999f97bff7c59633ae64c6716)
- Record
- SN05443157-W 20190914/190912231448-946f1cf999f97bff7c59633ae64c6716 (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 |