Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
SOLICITATION NOTICE

S -- Aircraft Fleet Services - Attachments

Notice Date
8/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0017
 
Archive Date
10/2/2012
 
Point of Contact
Alycia K. Armbruster, Phone: 9375224601
 
E-Mail Address
alycia.armbruster@wpafb.af.mil
(alycia.armbruster@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5: Wage Determination 2005-2419, Revision 16 Attachment 4: Performance Work Statement Attachment 3: Addendum 2 - Evaluation Factors Attachment 2: Addendum 1 - Additional Instructions to Offerors Attachment 1: Combined Synopsis/Solicitation Document This is a combined synopsis/solicitation for the acquisition of Aircraft Fleet Services. This solicitation is prepared in accordance with the format in FAR 12.6 and with additional information included in this notice. The solicitation number is FA8601-12-R-0017; the NAICS is 488190; and the small business threshold for this NAICS is $30,000,000.00. The proposed FIRM FIXED PRICE acquisition is 100% SET ASIDE for small business concerns. For a better understanding of this qualification, please visit the small business link at http://sba.gov. This acquisition will be competed using a written Request for Proposal (RFP). All interested parties must provide a proposal package by the time specified below to the Government in order to be considered for award. Proposal packages shall include all data and information requested and shall be submitted in accordance with the instructions found in the provision at FAR 52.212-1 – Instructions to Offerors – Commercial Items (FEB 2012), which is incorporated into the attached solicitation document and Addendum 1 to the solicitation document, Additional Instructions to Offerors. Non-conformance with the instructions may result in an unfavorable proposal evaluation. All applicable provisions and clauses are located in the attached solicitation document. This acquisition will utilize the Best Value technique to make an award decision. Please note that the Government DOES NOT intend to hold discussions; therefore, in order to be considered acceptable, the offeror must demonstrate a clear understanding of the required services as described in the attached Performance Work Statement. The anticipated contract duration is five (5) years- one (1) Transition Period from 21 November 2012 to 30 November 2012, Base Year from 1 December 2012 to 31 October 2013, and four (4) option years. The bid schedule is reflected in CLINs 0001 – 4003 on the attached combined synopsis/solicitation. Please provide pricing for each of the sixteen (16) CLINs on this form. Please note that the Government does reserve the right to not award the contract. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Attachments to the announcement: 1. Attachment 1: Combined Synopsis/Solicitation Document (51 pages, plus attachments) 2. Attachment 2: Addendum 1 - Additional Instructions to Offerors 3. Attachment 3: Addendum 2 - Evaluation Factors 4. Attachment 4: Performance Work Statement 5. Attachment 5: Wage Determination 2005-2419, Revision 16 Complete proposal packages are due by 2:00 PM Eastern on September 17, 2012 and are to be submitted per the instructions in Addendum 1 to the solicitation document, Additional Instructions to Offerors. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION THAT IS NOT PROVIDED WITH THE PROPOSAL. Please direct other inquiries to Alycia Armbruster at (937) 522-4601 or Alycia.Armbruster@wpafb.af.mil Be advised that all correspondence sent via e-mail shall contain a subject line that reads “FA8601-12-R-0017, Aircraft Fleet Services.” Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending attachments with e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filter may delete all other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0017/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02842459-W 20120818/120816235844-9f33a52f0423b3df9144e7fc58e8a0fa (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.