SOLICITATION NOTICE
J -- Vehicle Maintenance and aerospace ground equipment service support.
- Notice Date
- 8/28/2020 10:08:40 AM
- Notice Type
- Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- W7NH USPFO ACTIVITY MSANG CRTC GULFPORT MS 39507-4324 USA
- ZIP Code
- 39507-4324
- Solicitation Number
- W50S7K-20-R-0005
- Response Due
- 8/31/2020 10:00:00 AM
- Archive Date
- 09/15/2020
- Point of Contact
- MSgt Brian M. Davis, Phone: 2282146072, TSgt Charles Britt, Phone: 2282146157
- E-Mail Address
-
brian.davis.18@us.af.mil, charles.m.britt10.mil@mail.mil
(brian.davis.18@us.af.mil, charles.m.britt10.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Update 21 Aug 2020 Added slides with pictures of AGE Shop and equipment New Requirement for all Vendors submitting RFP - Fill out and submit Representation for FAR Clause 52.204-24.� See in Attached documents Update 26 Aug 2020 Clarified instructions for submission of offers.� send by email Updated references Wage Determination No.: 2015-5148 Update 28 Aug 2020 Added Attachement - Contractor Questions and Answers The Combat Readiness Training Center � Battlefield Airman Center at Gulfport, Mississippi intends to compete a Firm Fixed Price (FFP) contract for Vehicle Maintenance and Aerospace Ground Equipment service 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 W50S7K-20-R-0005 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.� Award may be made without discussions.� Evaluation Criteria The following factors will be used to evaluate the proposals: (1) Past Performance, (2) Technical Capabilities and (3) Price. �These evaluations will include base year and all option years. All evaluation factors other than cost or price, when combined, are approximately equal to price. PAST PERFORMANCE PACKAGE - 1 Seperate document (no page limit) 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 PACKAGE - 1 seperate document (no page limit) Technical capability shall be evaluated as OUTSTANDING (BLUE); GOOD (PURPLE); ACCEPTABLE (GREEN); MARGINAL (YELLOW) UNACCEPTABLE (RED) for the following areas 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 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 Staffing Plan and Personnel Qualifications - Vehicle and Aerospace Ground Equipment 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. UPDATE 19 August 2020 - SCA Labor Category should be listed for each position in the Staffing Plan 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 Government will evaluate offers for award purposes by adding the total price for all option to the total price for the basic requirement.� The evaluation of options will not obligate the Government to exercise the options. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2020-06. The North American Industry Classification System (NAICS) code is 811111. The SB size standard for this code is $7.5 million. PRICING PACKAGE - 1 seperate document (no more than 2 pages) The following line items shall be quoted in the offers� proposal. Update 19 August 2020 - Quote CLIN�s on a seperate document with your company information; cage code, DUNS, address, contact info, etc. CLIN 01 � MAINTENANCE SUPPORT SERVICES, Period of Performance 12 months ������������������ (Base) CLIN 0101 � Manpower Reporting Manpower Reporting: The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force (UIC Code FFNKQ0) via a secure data collection site. The contractor is required to completely fill in all required datafields using the following web address: http://www.beta.SAM.gov CLIN 02 � MAINTENANCE SUPPORT SERVICES, Period of Performance 12 months ����������������� (1st option) CLIN 0201 � Manpower Reporting Manpower Reporting: The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force (UIC Code FFNKQ0) via a secure data collection site. The contractor is required to completely fill in all required datafields using the following web address: http://www.beta.SAM.gov CLIN 03 � MAINTENANCE SUPPORT SERVICES, Period of Performance 12 months ����������������� (2nd option) CLIN 0301 � Manpower Reporting Manpower Reporting: The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force (UIC Code FFNKQ0) via a secure data collection site. The contractor is required to completely fill in all required datafields using the following web address: http://www.beta.SAM.gov CLIN 04 � MAINTENANCE SUPPORT SERVICES, Period of Performance 12 months ����������������� (3rd option) CLIN 0401 � Manpower Reporting Manpower Reporting: The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force (UIC Code FFNKQ0) via a secure data collection site. The contractor is required to completely fill in all required datafields using the following web address: http://www.beta.SAM.gov CLIN 05 � MAINTENANCE SUPPORT SERVICES, Period of Performance 12 months ����������������� (4th option) CLIN 0501 � Manpower Reporting Manpower Reporting: The contractor shall report ALL Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force (UIC Code FFNKQ0) via a secure data collection site. The contractor is required to completely fill in all required datafields using the following web address: http://www.beta.SAM.gov 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://beta.Sam.gov/ . 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://beta.Sam.gov� The Contractor will annotate on their proposal if there will be a charge for CMRA reporting, and annotate that in their proposal. A site visit will take place at the Gulfport CRTC on Wednesday, August 12th, 2020 at 9:00am CST.� Address is 4715 Hewes Ave bldg. 154, 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.� Please limit the amount of attendees per company to no more than 2 people. Due to security conditions surrounding COVID-19, all offerors must register to attend this conference and site visit.� Gulfport CRTC �CRTC Access Authorization� must be completed and received by TSgt Michael Britt/MSgt Brian Davis at least 2 business days prior to the Scheduled Site Visit. Please see the Solicitation Attachments within beta.sam.gov OR email the POC�s below to retrieve the �CRTC Access Authorization.� This is a competition that will be conducted in accordance with FAR Part 13 using Simplified Acquisition Proceedures. 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 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 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 26th of August, 2020 at 12:00 PM, Central Standard Time. Quotations are due by Friday 31 August, 2020 at 12:00 pm, Central Standard Time (CST).�� Contact the following individual for information regarding this solicitation. UPDATE - 8/26/2020 - Quotes shall be email to the below individuals.� MSgt Brian Davis, Contracting Office, brian.davis.18@us.af.mil, Phone: (228) 214-6072 TSgt Charles Britt, Contract Specialist, charles.britt.03@us.af.mil, Phone (228) 214-6157 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. All applicable certifications and representations must be completed via the System for Award management (SAM).� 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. UPDATE 08/26/2020 - new Wage Determination No.: 2015-5148 available as of 25 June 2020 WD 15-5148 (Rev. 11) posted on www.wdol.gov/sco.aspx on 12/23/2019 APPLICABLE DIRECTIVES/CLAUSES/PROVISIONS: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 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 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation FAR 52.207-3 Right of First Refusal of Employment FAR 52.209-1 Qualification Requirements FAR 52.209-5 Certification Regarding Responsibility Matters 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 52.209-9 Updates of Publically Available 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 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008) 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 52.224-2 Privacy Act FAR 52.224-3 Privacy Training FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-19 Availability of Funds for the Next Fiscal Year FAR 52.232-33 Payment by Electronic Funds Transfer/ Central Contractor Registration FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.237-3 Continuity of Services 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 252.204-7000 Disclosure of Information DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 DoD Antiterrorism Awareness Training for Contractors DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 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 DFAR 252.239-7001Information Assurance Contractor Training and Certification FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2020) ����� (a) North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. ����� (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show� ���������� (1) The solicitation number; ���������� (2) The time specified in the solicitation for receipt of offers; ���������� (3) The name, address, and telephone number of the offeror; ���������� (4) A technical package, to include Capabilities, Service Delivery, Staffing Plan and Personnel qualifications, and Quality Control Plan ���������� (5) Past Performance package, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); ���������� (6) Price quoted for all CLINS; ���������� (7) �Remit to� address, if different than mailing address; ���������� (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); ���������� (9) Acknowledgment of Solicitation Amendments; ���������� (11) Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ����� (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ����� (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. ���������� (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is �late� and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- �������������������� (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or �������������������� (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government�s control prior to the time set for receipt of offers; or �������������������� (C) If this solicitation is a request for proposals, it was the only proposal received. ��������������� (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. ���������� (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. ���������� (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. ���������� (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. ����� (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. ����� (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. ����� (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: ���������� (1) The agency�s evaluation of the significant weak or deficient factors in the debriefed offeror�s offer. ���������� (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. ���������� (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. ���������� (4) A summary of the rationale for award; ���������� (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. ���������� (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 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.davis.18@us.af.mil Secondary Point of Contact: Charles M. Britt, 228-214-6157 Charles.Britt.3@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c540cdd7a7ef4a9b8703d952645fcea8/view)
- Place of Performance
- Address: Gulfport, MS 39502, USA
- Zip Code: 39502
- Country: USA
- Zip Code: 39502
- Record
- SN05777576-F 20200830/200831093742 (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 |