SOLICITATION NOTICE
J -- USAFA - 94 FTS Glider Aircraft Repaint
- Notice Date
- 5/11/2023 4:30:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA700023Q0048
- Response Due
- 5/24/2023 3:00:00 PM
- Archive Date
- 06/08/2023
- Point of Contact
- Tammy Martin, Phone: 7193338046, Kristin Ulma, Phone: 7193333200
- E-Mail Address
-
tammy.martin.6@us.af.mil, susan.ulma@us.af.mil
(tammy.martin.6@us.af.mil, susan.ulma@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) in accordance with FAR part 12 and FAR part 13 under solicitation number FA7000-23-Q-0048. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, effective March 16, 2023. This acquisition is a 100% small business set-aside. The associated North American Industry Classification Systems (NAICS) Code is 488190�with a size standard of $40.0M. The Product Service Code (PSC) J015. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, United States Air Force Academy (USAFA). Please note: The Government bears no legal liability for the costs associated with preparing a quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1, Instructions to Offerors - Commercial Items, listed below. It is the quoter�s responsibility to ensure their quote meets all requirements identified herein. I. DESCRIPTION OF REQUIREMENT The 94th Flying Training Squadron (FTS) at United States Air Force Academy (USAFA), Colorado, has a requirement for non-personal services to prepare and repaint one TG-16A glider aircraft static display in accordance with Attachment 1 - Performance Work Statement dated 1 Mar 2023. The glider is to be repainted in a heritage livery that emulates the D-Day invasion design for the CG-4 Waco troop carrier gliders as seen in Attachment 2 - Paint Scheme. Work is to be performed at the contractor's location with a completion date no later than 30 September 2023. The Government will provide transportation of the TG-16A glider to and from the contractor's facility within a 300-mile radius of USAFA. Contract Type: Firm Fixed Price The bid schedule and contract CLIN schedule are below: Item� � Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Qty� � � �Unit� � � � � Unit Price� � � � � Total Price 0001� �Heritage Display Repaint, IAW Attachment 1� � � � 1� � � � �Each II. SOLICITATION INSTRUCTIONS 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word ""proposal"" should be understood as ""quote."" All instances of the word ""offeror"" should be understood as ""quoter."" All instances of the word ""award"" should be understood as ""purchase order."" 2. The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Mar 2023), and the addenda listed below apply to this acquisition. ADDENDA TO FAR 52.212-1: a. Submission of offers. FAR 52.212-1(b) is amended to include the following: (1) Submit signed and dated quotes via e-mail to: tammy.martin.6@us.af.mil and susan.ulma@us.af.mil. (2) Quotes must be submitted by May 24, 2023, 4:00 P.M. Mountain Daylight Time. b. Late submissions. FAR 52.212-1(f) is amended as follows: (1) Quoters are responsible for submitting quotations 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 4:00 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations 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 quotations 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 c. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than May 17, 2023, 2:00 P.M. Mountain Daylight Time. Answers will be compiled and posted electronically to the SAM.gov website: https://sam.gov/. Questions may be emailed to the points of contact listed above in section II, paragraph 2a. All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1) General Instructions. The quoter shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, Unique Entity ID number, and size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. Quotes must be valid for a minimum of 30 days. (2) Specific Instructions. Quotes shall consist of: (a) PRICE QUOTATION. Submit the price quote in accordance with the line-item structure listed in Section I of this solicitation. Price quotes must be firm-fixed price. Price quotes must include unit prices, extended amounts for each line item (i.e., multiply the unit price and quantity for each line item), and total price (i.e., sum of all extended amounts). Include any discounts and payment terms�(e.g., Net 30) with the price quote. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. (b) TECHNICAL. Submit warranty, (schedule from time glider is completed until expiration), and other terms and conditions. (c) CONTRACT DOCUMENTATION. (i) Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements. Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. (ii) Quotes must include a completed copy of the following provisions that require fill-in text: FAR 52.212-3 (�The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision�). FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation 3. The addenda listed below at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price, Technical, and Past Performance. BASIS OF AWARD a. The Government will use Simplified Acquisition Procedures permitted by FAR Part 12 � The Government will award a contract resulting from the solicitation to the responsible Offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be made using best value as an evaluation method for this requirement as detailed below. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. The Government reserves the right to award no delivery order at all depending upon the quality of quotes received and whether proposed prices are fair and reasonable. The Government will consider price, technical, past performance, warranty, delivery schedule, and other terms and conditions to award a best value that is most advantageous to the Government. b. The Government reserves the right to award on an ""All or None"" basis. c. Interchanges: The Government intends to award a purchase order without interchanges with respective vendors/quoters. The Government, however, reserves the right to conduct interchanges if deemed in its best interest. 4. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022), and the addenda listed below apply to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer [for a complete list of changes that may be made unilaterally, see FAR 43.103(b)]. ATTACHMENTS TO THIS SOLICITATION Attachment 1 � Performance Work Statement, dated 5 May 2023 Attachment 2 � Paint Scheme Attachment 3 � Wage Determination Attachment 4 � Provisions and Clauses Attachment 5�� Glider Image (current state) Attachment 6 � Combined Synopsis/Solicitation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5512e84cdb0b4647b81519878dbfb923/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06679436-F 20230513/230511230107 (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 |