Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

V -- Aircraft and Airlift support for the Department of Defense (DoD) Counter Narcotics (CN) mission in Afghanistan - Attachments

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
4QDS97100038
 
Archive Date
9/9/2010
 
Point of Contact
Jason C. Heddy, Phone: (850) 430-2229
 
E-Mail Address
jason.heddy@gsa.gov
(jason.heddy@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire Performance Work Statement Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) 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. This combined synopsis/solicitation is issued as a Request for Proposals (RFP). This solicitation is not a small business set aside. The NAICS code applicable to this procurement is 532411 with a small business size standard of $7.0 Million. This solicitation document incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-44. The FAR requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the Central Contractor Registration (CCR) Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. Requirement: Provide a Contractor Owned/Contractor Operated (CO/CO) Aircraft and Airlift support for the Department of Defense (DoD) Counter Narcotics (CN) mission in Afghanistan IAW the attached Performance Work Statement (PWS) dated 07/28/2010. The requirement is to provide 720 hours annually (approximately sixty (60) hours per month) of airtime in Afghanistan with a Dash-8 platform or equivalent. While these numbers of hours are an accurate reflection of the current requirement, changes in the DoD/CN mission may require future in-scope modifications. This contract includes the use of the aircraft, all maintenance, fees, fuel, equipment, and personnel to fly and maintain the aircraft. Period of Performance: Base Period: 09/28/2010 - 09/27/2010 Option Year 1: 09/28/2011 - 09/27/2012 Option Year 2: 09/28/2012 - 09/27/2013 Option Year 3: 09/28/2013 - 09/27/2014 Option Year 4: 09/28/2014 - 09/27/2015 Contract Type: Firm-Fixed Price (FFP) Place of Performance and Hours of Operation: The principal place of performance will be Outside the Continental United States (OCONUS) in Kabul, Afghanistan, where the typical workweek is Saturday through Thursday. The Contractor may be required to provide labor hours in excess of forty (40) hours per workweek to include holiday and weekends, as well as during irregular times and shifts based upon operations and exercises. Applicable Clauses: FAR 52.209-5, Certification Regarding Responsibility Matters (Apr 2010). FAR 52.209-7, Information Regarding Responsibility Matters (Apr 2010). FAR 52.209-8, Updates of Information Regarding Responsibility Matters. (Apr 2010). FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008). FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Aug 2009). FAR 52.212-4, Contract Terms and Conditions Commercial Items (June 2010). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2010). DFAR 252.212-7001, Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2010). DFAR 252.212-7000, Offeror Representations and Certifications--Commercial Items (JUN 2005). Additional FAR & DFAR clauses are incorporated within the attached PWS. Evaluation Criteria: This procurement is being conducted under FAR Part 15.101-2. The acquisition evaluation will be conducted utilizing the Lowest Price Technically Acceptable (LPTA) Source Selection Process, which seeks to select an offer that is considered technically acceptable at the lowest price. A single offeror will be selected who is deemed responsive and responsible in accordance with the FAR 9.104-1 whose offer conforms to the RFP's requirements and who has acceptable (pass/fail) past performance. FAR 52.212-2, Evaluation of Commercial Items (Jan 1999). (a) The Government will award a 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. The following factor(s) shall be used to evaluate offers: Technical Capability and Past Performance. (b) Options : The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Capability: O fferors must demonstrate an understanding of the performance requirements and an ability to execute them IAW the PWS. This shall include a discussion of their approach for delivering the services and deliverables, with an explanation of any planned prime -subcontractor relationships. Submissions for technical capability shall not exceed fifteen (15) pages excluding title pages, table of contents, and graphics. In determining technical acceptability, the Government will evaluate the offeror's understanding of the work and soundness of their approach to specifically include an offeror's ability to provide the required aircraft, personnel, and equipment necessary to successfully execute the PWS requirements. Past Performance: Past performance is being used as a part of an offeror's responsibility determination. Past performance will be considered as either pass/fail. Offerors shall submit documentation of at least one (1) past or current contracts/task orders with comparable requirements to the solicited contract. Past performance information must include a point of contact (name, company name, phone number, fax number and email), contract number, contract type, dollar value, date of award, performance period, and a brief narrative describing the nature and complexity of the work. The offeror shall also describe their role in the project and its relevance to the solicited contract. Offerors shall provide the separately attached Past Performance Questionnaire (PPQ) to the points of contact for the referenced projects. The point of contact for a referenced project must submit a completed questionnaire no later than the RFP closing date/time via email (electronic copy to jason.heddy@gsa.gov ). The questionnaire must come directly from the point of contact. Submissions for technical capability shall not exceed five (5) pages excluding title pages, table of contents, graphics, and PPQ(s) received. In determining pass/fail, the Government's will consider the offeror's ability to perform relevant and recent effort(s). Additionally, the Government may use data provided by the offeror and data obtained from other sources that it considers current, accurate and relevant. Price: The offeror shall provide a written price proposal. All services for each period of performance are to be priced as FFP. Period of Performance Fixed Hourly Rate # of Hours Total Price Base Period: $ 720 $ Option Year 1: $ 720 $ Option Year 2: $ 720 $_______ Total 2,160 $ Proposal Submission: All interested offerors must submit their proposal via GSA's IT Solution Shop (ITSS) web-based order processing system. Proposals will only be received and awarded via ITSS. The webpage link is listed below and the ITSS Help Desk number is 1-877-243-2889. ITSS webpage is https://web.itss.gsa.gov/Login. In order to access this RFP in ITSS for submission of a proposal, all interested party must send the exact individual name and company registered in ITSS via email to amy.venckus@gsa.gov no later than 1:00 pm on August 24, 2010. THE CONTACT'S NAME MUST BE EXACTLY AS IT APPEARS IN ITSS. Vendors will not be able to access this RFP in ITSS without providing this requested information to GSA in advance of the closing date. It's the interested parties' responsibility to ensure vendor registration in ITSS, notification of ITSS registration to the GSA POC for this solicitation and submission of the proposal is completed before the proposal closing date and time. The proposal closing date in ITSS is 5:00 pm on August 25, 2010. Extension to the RFP closing date and time will not be granted due to late registration in ITSS. General Information: Offerors shall furnish all the information requested by this solicitation. Offerors are expected to examine this entire solicitation document including the PWS. Failure to do so will be at the offeror's own risk. Quotations shall set forth full, accurate, and complete information as required by this solicitation package. The penalty for making false statements in quotations is prescribed in 18 U.S.C. 1001. Offerors submitting restrictive data will mark it as follows in accordance with the FAR Clause 52.215-1 Instructions to Offerors - Competitive Acquisition which is incorporated by reference. Clause 52.215-1 states: "Offerors who include in their proposals/quotations data they do not want disclosed to the public for any purpose or used by the Government except for evaluation purposes, shall - Mark the title page with the following legend: "This proposal/quotation includes data that shall not be disclosed outside the Government and shall not be duplicated, used or disclosed--in whole or in part--for any purpose other than to evaluate this proposal or quotation. If, however, a contract is awarded to this offeror as a result of--or in connection with--the submission of this data, and the Government incorporates the proposal/quotation as part of the award, the Government shall have the right to duplicate, use, or disclose the data. Also, this restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to the restriction is contained in sheets (insert numbers or other identification of sheets)"; and Mark each sheet of data it wishes to restrict with the following legend: " Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal or quotation." The Government assumes no liability for disclosure or use of unmarked data and may use or disclose the data for any purpose. Unless restricted, information submitted in response to this request may become subject to disclosure to the public pursuant to the provisions of the Freedom of Information Act (5 U.S.C. 551). Offerors shall specifically identify and address assumptions within their quotation. The Government reserves the right to reject any quotations that include any assumption that fails to assent to a material term of the solicitation. Points of Contact: GSA Customer Account Manager (CAM): Amy Venckus 2606 Brown Pelican Avenue, Rm 324 MacDill AFB, FL 33621 Phone: (813) 828-1670 E-mail: amy.venckus@gsa.gov GSA Senior Contracting Officer (SCO): Jason C. Heddy 700 S. Palafox St, Suite 125 Pensacola, FL 32502 Phone: (850) 430-2229 FAX: (850) 435-8496 E-mail: Jason.Heddy@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc84814b6b95fd5d4c4e49e8d3d12721)
 
Place of Performance
Address: The principal place of performance will be Outside the Continental United States (OCONUS) in Kabul, Afghanistan., Kabul, Non-U.S., Afghanistan
 
Record
SN02237735-W 20100813/100812000504-bc84814b6b95fd5d4c4e49e8d3d12721 (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.