SOLICITATION NOTICE
B -- FOD Analysis
- Notice Date
- 11/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G0BAFOD
- Archive Date
- 12/12/2012
- Point of Contact
- Stephen M. Colton, Phone: 702-652-6005, Flavio Ely, Phone: 702-652-9577
- E-Mail Address
-
Stephen.Colton@nellis.af.mil, flavio.ely@nellis.af.mil
(Stephen.Colton@nellis.af.mil, flavio.ely@nellis.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. SOLICITATION #: F3G0BAFOD This combined synopsis/solicitation is issued as a Request For Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 Effective 15 October 2012. This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS: 541380 The Government requires a Failure Analysis Service Testing contract. The Statement Of Work, detailing the work to be performed is written below. The Government requires service for one base year and four option years. The contractor will provide a quote for the following CLINS: CLIN Description Qty. Monthly Price Annual Price 0001 The contractor is to 12 Mo. provide aFailure Analysis Testing Service in Accordance with the Statement Of Work Total Price: 1001 The contractor is to 12 Mo. provide aFailure Analysis Testing Service in Accordance with the Statement Of Work Total Price: 2001 The contractor is to 12 Mo. provide aFailure Analysis Testing Service in Accordance with the Statement Of Work Total Price: 3001 The contractor is to 12 Mo. provide aFailure Analysis Testing Service in Accordance with the Statement Of Work Total Price: 4001 The contractor is to 12 Mo. provide aFailure Analysis Testing Service in Accordance with the Statement Of Work Total Price: STATEMENT OF WORK 1.0 INTRODUCTION 57 WINGG/ Foreign Object Damage (FOD) OFFICE located a 4430 Grissom Ave., Nellis AFB, NV 89191 is responsible for continuous/reliable oversight of an approximately 157 aircraft and approximately 22 spare jet engines. A Failure Analysis Service Testing (FAST) support contract is required. This contract will provide for an in-depth failure analysis by determining the root causes of F-15, F-16 and F-22 engine damage only. In determining root cause expensive engine mishaps can be avoided assuring pilot and maintainer safety. 2.0 TECHNICAL SERVICES REQUIRED 2.1 Task Description 1. The contractor will provide technical support during normal duty hours, 5 days a week. When F-15, F-16 and F-22 engines experience FOD, the Government takes a sample of the damaged area using a testing kit supplied by the contractor. The samples will be sent via overnight, standard, secure, commercial shipping service to the contractor where the contractor will perform the necessary analyses to determine the cause of the damage. At times, the Government may also provide the contractor with electronic photographs of damaged engines. The contractor will generate a report of the analysis findings that will be emailed back to Nellis AFB within 7 calendar days. 3.0 Facilities and Supplies: The contractor will provide all property, materials, services, and supplies necessary for performance under the resulting contract. This includes, but not limited to the FOD kit, sample dishes, shipping materials and prepaid envelope for overnight shipping service. Note: Historical data shows that the Govt. requires the contractor to perform analysis testing and reporting services 12- 15 times per year on average. However, historical data also shows that there have been some months where analysis testing and reporting services have been required as much as three times per month. FAR Clauses And Provisions The following FAR clauses and provisions cited are applicable to this acquisition: FAR 52.204-7 - Central Contract Registration FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information. All quotes shall be provided in the above format. The sum total of each CLIN shall be provided. The sum total of all CLINS shall be provided. All offerors will submit, with their quote, a written technical summary, not to exceed one page in length. The summary must demonstrate the offeror's understanding of the requirement. This summary should not simply rephrase or restate the Government's requirement. The summary shall provide convincing rationale on how the offeror intends to meet the Government's requirement. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration will make a prospective vendor ineligible for contract award. Prospective vendors should visit the CCR website at https://www.sam.gov/portal/public/SAM to register. FAR 52.212-2 - Evaluation - Commercial Items: The evaluation of quotes and award of the contract will be based on LPTA (Lowest Price Technically Acceptable). Award will be made to the offeror with the lowest price and whose written technical summary demonstrates understanding of the requirement. Note: The Government will evaluate offers for award purposes by adding the total price for all options, including both the 52.217-8 Option to Extend Services and the 52.217-9 Option to Extend the Term of the Contract, 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). FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov/portal/public/SAM. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.217-5- Evaluation Of Options; 52.217-8- Option To Extend Services; 52.217-9-Option To Extend The Term Of The Contract; FAR 52.219-6 - Notice Of Total Small Business Set Aside; 52.219-28-Post Award Small Business Program Representation; 52.222-3-Convict Labor; 52.222-19-Child Labor; 52.222-21- Prohibition Of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-41-Service Contract Act Of 1965; 52.222-42-Statement of Equivalent Rates For Federal Hires; 52.222-43- Fair Labor Standards and Service Contract Act - Price Adjustment (Multiple Year And Option Contracts); 52.222-50-Combating Trafficking In Persons; Buy American Act-Free Trade Agreement- Israeli Trade Act;52.232-1-Payments;52.232-18 Availability Of Funds; 52.232-33- Payment By Electronic Funds Transfer - Central Contract Registration;52.233-1-Disputes; 52.233-2-Service Of Protest; 52.233-4 - Applicable Law Breach Of Contract Claim;52.237-2 52.222-49-Service Contract Act-Place Of Performance Unknown: (a) This contract is subject to the Service Contract Act, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: None. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 03 September 2012. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. The following DFARS clauses cited are applicable to this acquisition: DFARS 252.204-7003- Control of Government Personnel Work Product DFARS: 252.225-7001, 252.247-7023 Alt III 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition;252.225-7002-Qualifying Country Sources As Subcontractors; 252.243-7001-Pricing Of Contract Modifications. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to stephen.colton@nellis.af.mil no later than 27 November 2012 4:00 PM PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G0BAFOD/listing.html)
- Place of Performance
- Address: NA, United States
- Record
- SN02931916-W 20121117/121115235216-92c98efd7ea722e10d7c075afe5ee7c5 (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 |