Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2019 FBO #6530
SOLICITATION NOTICE

15 -- C-130 Contract Depot Maintenance (UDLM/PDM)

Notice Date
10/10/2019
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA850420R0001
 
Point of Contact
Victor K. Conner, Phone: 4789267981, Sharnarra K. Reid, Phone: 4789269610
 
E-Mail Address
victor.conner.1@us.af.mil, Sharnarra.Reid.1@us.af.mil
(victor.conner.1@us.af.mil, Sharnarra.Reid.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Program Name: C-130 Contract Depot Maintenance (UDLM/PDM) NOTE: See FA8504-18-R-0002 - C-130 PDM/UDLM, (Original Synopsis dated 23 May 2018) for Draft Request For Proposals (RFPs), Requests for Information, Contractor Questions, Government Responses, Attachments, and Other Documents. This Synopsis and final RFP will be posted under FA8504-20-R-0001. NOTE: Pending release of final RFP, the minimum order for the first task order is scheduled to be 6 PDMs. This is a notice of intent that AFMC AFLCMC/WLNKA, C-130 Mobility, at Robins AFB GA, anticipates issuing a Request for Proposal for C-130 Contract Depot Maintenance [Unscheduled Depot Level Maintenance UDLM)/Programmed Depot Level Maintenance (PDM)] and Mid-Cycle Paint to address service capability to complete overflow C-130 UDLM/PDM Contract Depot Maintenance and Mid-Cycle Paint that cannot be accomplished organically due to capacity constraints at the USAF Air Logistics Complexes. This will be a five year Indefinite Delivery/Indefinite Quantity contract with pricing arrangements of predominately Firm Fixed Price (FFP) but will also include a mixture of other contract types for Travel (Cost Reimbursable No Fee), Fuel (Cost Reimbursable No Fee), and Over and Above (O&A) (Time and Material). This effort is for a best value source selection per FAR 15, Contracting by Negotiations, as supplemented. The Government intends to award one contract to an Offeror within the CONUS region. Foreign companies will not be permitted to participate in the competition. The anticipated Schedule B is as follows: CLIN Noun Contract Year Minimum Maximum Pricing Arrangement Unit X001 C-130 Programed Depot Maintenance (PDM) 1 2 3 4 5 6 6 6 6 6 12 12 12 12 12 FFP FFP FFP FFP FFP EA EA EA EA EA X002 C-130 Unscheduled Depot Level Maintenance (UDLM) 1 2 3 4 5 1 1 1 1 1 16 16 16 16 16 FFP FFP FFP FFP FFP EA EA EA EA EA X003 C-130 PDM Paint 1 2 3 4 5 6 6 6 6 6 12 12 12 12 12 FFP FFP FFP FFP FFP EA EA EA EA EA X004 C-130 Mid-Cycle Paint 1 2 3 4 5 5 5 5 6 6 6 6 6 10 13 FFP FFP FFP FFP FFP EA EA EA EA EA CLIN Noun Contract Year Quantity Pricing Arrangement Unit X005 C-130H/C-130J AFTO Form 103 Catalog M Tasks (Priced at time of award) 1 2 3 4 5 TBD at time of individual task order FFP FFP FFP FFP FFP LO LO LO LO LO X006 C-130H/C-130J AFTO Form 103 Catalog M Tasks (Unpriced at time of award) 1 2 3 4 5 TBD at time of individual task order FFP FFP FFP FFP FFP LO LO LO LO LO X007 Over & Above 1 2 3 4 5 TBD at time of individual task order T&M T&M T&M T&M T&M LO LO LO LO LO X008 Fuel 1 2 3 4 5 TBD at time of individual task order CRNF CRNF CRNF CRNF CRNF LO LO LO LO LO X009 Travel 1 2 3 4 5 1 1 1 1 1 CRNF CRNF CRNF CRNF CRNF LO LO LO LO LO Period of Performance: Ordering periods will be 12 month for basic and all four options. Period of Performance will be included in individual task orders. This RFP will be issued for full and open competition. Offerors shall prepare their proposals in accordance with mandatory and detailed instructions contained in the RFP. This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and AFFARS 5315.3 to make an integrated assessment for a best value award decision. This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.101-2 and 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. The Government intends to award one contract as a result of this solicitation. In using the best value approach, the Government seeks to award to the Offeror who gives the Air Force the greatest confidence that it will best meet or exceed our requirements affordably in a way that will be advantageous to the Government. This may result in an award to a higher rated, higher priced Offeror where the decision is consistent with the evaluation factors and the Source Selection Authority (SSA) reasonably determines that the technical superiority and/or overall business approach and/or superior past and present performance of the higher priced Offeror outweighs the cost difference. To arrive at a best value decision, the SSA will integrate the source selection team's evaluations of the factors and subfactors described in this provision. While the Government will strive for maximum objectivity, the tradeoff process, by its nature, is subjective; therefore, professional judgment is implicit throughout the selection process. Offerors are reminded that the Government will only evaluate one proposal from each Offeror. Award will be made to the responsible Offeror whose proposal conforms to all required terms and conditions, includes all required representations and certifications, meets all requirements set forth in the RFP, has acceptable Small Business Participation, and also provides the best value to the Government based on the results of the evaluation as described below. Among the Offerors who are determined to be technically acceptable, tradeoffs may be made between technical risk (Factor I), past performance (Factor II), and cost/price (Factor III). Past performance (Factor II) is considered greater than Technical Risk (Factor I), which when combined are both (Factor I and II) significantly more important than Cost/Price (Factor III). However, Cost/Price (Factor III) is an important consideration in the best value award decision. Within Technical Risk (Factor I), Subfactor 1, Production Plan, and Subfactor 2, Facilities, are of equal importance. Both Subfactors 1 and 2 are more important than Subfactor 3, Small Business Participation. The Offeror must have an acceptable Technical proposal and Small Business Participation proposal to be considered in the tradeoff decision. A RFP is expected to be released approximately 13 November 2019, with an approximate final response date of 20 January 2020. Foreign companies will not be permitted to participate in this competition. The RFP will be posted at www.fedbizopps.gov. If you desire to obtain a copy you must go to www.fedbizoops.gov to do so. All questions regarding the RFP must be submitted in writing, via email, to Victor Conner, victor.conner@us.af.mil, Sharnarra Reid, sharnarra.reid.1@us.af.mil and Beckie King, beckie.king@us.af.mil. Phone calls will not be accepted and telephone questions will not be honored. Offerors are encouraged to register to receive notifications for this solicitation and all amendment/revisions, if applicable, and to check the FEDBIZOPS site prior to submission of proposal. NOTE: A contractor from COLSA Corporation will serve as an advisor for this evaluation. Proposal submission is considered consent to allowing the use of the aforementioned contractor support. NOTE: See FA8504-18-R-0002 - C-130 PDM/UDLM, (Original Synopsis dated 23 May 2018) for Draft Request For Proposals (RFPs), Request for Information, Contractor Questions, Government Responses, Attachments, and Other Documents. Final Synopsis and final RFP will be posted under FA8504-20-R-0001. NOTE: Pending release of final RFP, the minimum order for the first task order is scheduled to be 6 PDMs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA850420R0001/listing.html)
 
Record
SN05472523-W 20191012/191010230723-a57c60bb5a6d6f410d1658a51ebf58f3 (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.