MODIFICATION
V -- Light Helicopter Support Services
- Notice Date
- 11/13/2020 3:47:44 PM
- Notice Type
- Solicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
- ZIP Code
- 92278-8108
- Solicitation Number
- M6739921Q0006
- Response Due
- 11/20/2020 1:00:00 PM
- Archive Date
- 12/05/2020
- Point of Contact
- April McNellie, Phone: 7608305125, Patrick L. Doyle, Phone: 7608305115
- E-Mail Address
-
april.mcnellie@usmc.mil, patrick.doyle@usmc.mil
(april.mcnellie@usmc.mil, patrick.doyle@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This requirement is for light helicopter support services aboard the Marine Air Ground Task Force Training Center (MAGTFTC)/Marine Corps Air Ground Combat�Center (MCAGCC), Twentynine Palms, CA. The Contractor shall provide aircrew, ground personnel, supplies, ancillary support services and equipment to�perform dedicated and/or ad hoc Federal Aviation Regulation 135 airlift operations (at both military and commercial airports/airfields/landing zones). In�accordance with Department of Defense Instruction (DoDI) 4500.53, the Contractor operating the aircraft�must be an approved DoD air carrier, as determined by�the Commercial Airlift�Review Board (CARB), and must maintain this approval throughout the performance of this contract. Quotes shall be complete, and be organized into the following parts: Volume I � Price Proposal, Volume II � Technical Proposal, and Volume III � Past Performance.� Quotes shall include a Cover Sheet and, if applicable, Teaming Arrangement/Joint Venture Documentation. At a minimum, quotes must include the following to be eligible for award: 1. Cover Sheet with the following information: 1.1 Time specified in the solicitation for receipt of quotes: Monday, November 30, 2020 01:00 PM (PT). 1.2 Company name; 1.3 Company address and remit to address if different than mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 481211 in System for Award Management; 1.11 Acknowledge Solicitation Amendments, if applicable; 2. Volume I: Price Proposal and any discount terms with the following information: 2.1 Submit the Standard Form (SF) 1449, with blocks 12, 17a and b, and 30a through c completed with an original, authorized signature and the Contract Clauses section filled-in; 2.2 Quoters shall submit pricing on the CLINS/Schedule of the SF1499 solicitation.� 2.3 Submit a copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)(2) for those representations and certifications that the quoter shall complete electronically); and 2.4 If applicable, submit all pages of each solicitation amendment(s) (SF 30) with the original solicitation documents, signed by the same official authorized to sign the SF 1449. 2.5 Pricing shall annotate the unit price under each CLIN respectively.� The annotated unit price multiplied by the quantity shall equal the total amount for each CLIN.� Quoted unit pricing shall be stated in no more than 2 decimal places.� Any price quote containing unit pricing exceeding two (2) decimal places will be deemed an incomplete submission. 3. Volume II: Technical Proposals shall include the following: (1) Technical Approach.� Submit your technical proposal with the following information: 3.1 Part 1: Technical Approach 3.1.1 Evidence of DoD CARB-approval for rotary wing operations, 3.1.2 Proposed CARB-approved aircraft specifications (primary and alternate aircraft); 3.1.3 List of aircrew members� qualifications; and 3.1.4 Narrative on how quoter will accomplish the delivery schedule in accordance with the PWS. 4.� Volume III:� Past Performance Proposal with the following information: 4.1� Submit a list of no more than three (3) recent and relevant contracts performed for Federal agencies or commercial customers that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the PWS for this solicitation.� Any past performance references in excess of the first three submitted will not be evaluated. 4.1.1� RECENT.� The definition of recent as related to this solicitation includes performance within the last three years from the issue date of this solicitation; 4.1.2� RELEVANCE.� Quoters shall identify what elements of each contract are deemed relevant to this solicitation.� Definitions of relevancy are as follows: 4.1.2.1� RELEVANT.� Present/past performance effort involved similar scope and magnitude of effort as the requirement detailed in this solicitation; and 4.1.2.2� NOT RELEVANT.� Present/past performance effort involved little or none of the scope and magnitude of effort as the requirement detailed in this solicitation. 4.2� Submit the following information for each contract submitted for past performance evaluation: 4.2.1� Company/Division name; 4.2.2� Product/Service; 4.2.3� Contracting Agency/Customer; 4.2.4� Contract Number; 4.2.5� Contract Dollar Value; 4.2.6� Period of Performance; 4.2.7� Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 4.2.8� Comments regarding compliance with contract terms and conditions; and 4.2.9� Comments regarding any known performance deemed unacceptable by the customer or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. 5. Quoters are required to meet 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 of the solicitation will result in a quote being excluded from consideration. However, quoters may provide an alternate means of performance in accordance with FAR 52.204-22. 6. Documents submitted in response to this solicitation must be fully responsive to and consistent with: (1) requirements of this solicitation; (2) Government standards and regulations; and (3) evaluation factors for award. 7. All questions must be submitted by Friday, November 20,2020 at 09:00 AM (PT).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8f429b532da849f7b7f41e5673a1494d/view)
- Place of Performance
- Address: Twentynine Palms, CA 92278, USA
- Zip Code: 92278
- Country: USA
- Zip Code: 92278
- Record
- SN05852422-F 20201115/201113230138 (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 |