SOLICITATION NOTICE
J -- Whiteman AFB Inspection, Maintenance, and Repair of Aircraft Fire and Structural Fire Training Facilities
- Notice Date
- 4/26/2020 3:59:53 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- FA4625 509 CONS CC WHITEMAN AFB MO 65305-5344 USA
- ZIP Code
- 65305-5344
- Solicitation Number
- FA462520Q1015
- Response Due
- 5/6/2020 12:00:00 PM
- Archive Date
- 05/21/2020
- Point of Contact
- Annabella Riggle, Phone: 660-687-5398, Fax: 660-687-7083, Tammie Clippert, Phone: 660-687-5425
- E-Mail Address
-
509cons.sollgca@us.af.mil, 509con.sollgca@whiteman.af.mil
(509cons.sollgca@us.af.mil, 509con.sollgca@whiteman.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for the Inspection, Maintenance, and Repair of the Aircraft Fire and Structural Fire Training Facilities (AFTF/SFTF) prepared in accordance with the format in FAR Subpart 12.6 and Part 13, 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.� Solicitation FA462520Q1015 is being issued as a Request for Quote.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, Defense Acquisition Circular 20200123 and Air Force Acquisition Circular 2019-1001.� This procurement is solicited as a Total Small Business Set-Aside.� The applicable North American Industry Classification System (NAICS) Code is 561990, All Other Support Services.� The Small Business Size Standard is $12.0M.� Paper copies of the RFQ will not be made available.� The Service Contract Act, WD 2015-5089, Rev. 12, dated 23 December 2019, will apply to this acquisition.� The wage determination can be found at the following internet address: https://beta.sam.gov. Prepare your quote in accordance with the attached bid schedule (See Attachment 2 � Bid Schedule). The Government will award one 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.� This will be a Firm Fixed Price Contract.� The award will be made to the lowest proposal who meets the minimum needs of the Government IAW this solicitation.� Evaluation for this acquisition will be based on a Best Value Determination considering technical and price.� Price will be evaluated as Total Evaluated Price (TEP). �TEP is the sum of the base year plus all option years, plus FAR 52.217-8 Option to Extend Services. �The extension of services is calculated as one-half of option year four.� The Government reserves the right to refrain from awarding to any Offeror that is determined to have offered pricing that is not considered fair and reasonable.� Evaluation of options shall not obligate the Government to exercise the option(s).� The following factors shall be used to evaluate offers: 1. Technical: Technical Approach and Past Performance document describes mean and methods that meets or exceeds the minimum requirements defined by the Performance Work Statement as well as past performance requesting information on same or similar type work. 2. Price. The offeror�s quote submission shall include the following: 1. Company letter identifying the point of contact, phone number, email address, CAGE code, and DUNS (RFQ sheet with all information properly filled out will suffice). 2. Reference list identifying a minimum of two (2) but maximum of five (5) Contracts/Projects where similar work was accomplished. �Offerors shall provide the name of project, total value of project, description of work completed, and points of contact associated with each. 3. Document (maximum of two pages, single-spaced) describing the technical approach and means of completing the work specified in the Performance Work Statement. Questions:� Contractors shall submit questions pertaining to this solicitation in writing no later than 1 May 2020, 2:00 PM Central Time.� Site Visit Information:� A site visit for this solicitation will be held on Thursday 30 Apr 2020 at 1:00 PM Central Time.� Attendance will be limited to two (2) persons per offeror.� All attendees will meet at the Whiteman AFB Visitor�s Center by 12:45 p.m. Central Time.� Only one site visit will be offered/provided.� Interested Offerors are highly encouraged to attend the site visit.� Offerors are able to provide a proposal without site visit attendance.� Site visit information shall be sent to 509cons.sollgca@us.af.mil to the attention of A1C Annabella Riggle, no later than 28 Apr 2020 at 2:00 PM Central Time.� Provide name, phone number, and company name for attendance.� delete All personnel requesting access to Whiteman AFB must possess a valid Department of Defense issued identification card.delete��� Foreign Nationals will not be authorized access to Whiteman AFB MO.�� Quotes must be received by 6 May 2020, 2:00 PM Central Time in order to be considered for award; late quotes will not be considered for award.� All quotes shall be valid for a period of 180 days.� Prospective offerors must be registered and active in the System for Award Management (SAM) (www.sam.gov) by the closing date of this solicitation in order to be eligible for award.� All responsible sources may submit a quote, which if complete and timely received, will be considered by this agency. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals.� In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. INFORMATION REGARDING SUBMISSION OF PROPOSALS:� Electronic submission of proposals is required.� All proposals and related documents will be submitted via e-mail or CD/disc to the 509th Contracting Squadron.� The e-mail/CD/disc must arrive at the designated time specified in the solicitation to be considered responsive and considered in the evaluation process.� The physical address is: 509 CONS/PKA Attn: A1C Annabella Riggle 660 Tenth Street, Ste 222 Whiteman AFB MO 65305-5316 E-mail address:� 509cons.sollgca@us.af.mil NOTE:� It is the responsibility of the offeror to ensure timely receipt of the proposal, regardless of e-mail or physical disc.� Offerors are cautioned that Whiteman AFB MO has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance.� Some delay should be anticipated when hand carrying proposals.� Offerors should allow sufficient time to obtain a visitor pass and deliver the proposal to the required Government location PRIOR to the time specified for receipt.� Additionally, Whiteman AFB network utilizes a firewall that may cause delays in receipt of e-mail/attachments.� Late receipt of proposals due to a network firewall or outages will be considered late.� Offerors should allow sufficient time for the email traffic to be delivered.� E-mail or CD received in the Government office after the closing time will be considered late and not considered for award and processed in accordance with FAR 52.212-1(f) �Late submission, modifications, revisions, and withdrawal of offers.� Attachments: Performance Work Statement (PWS) dated 24 Apr 2020 (with three attachments) Bid Schedule Clauses, dated 26 Mar 2020 SCA Wage Determination 2015-5089, Rev. 12, dated 23 December 2019
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f12c14e3e7bd4266b4e18eadaee65250/view)
- Place of Performance
- Address: Whiteman AFB, MO, USA
- Country: USA
- Country: USA
- Record
- SN05635998-F 20200428/200426230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |