Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2015 FBO #4822
SOLICITATION NOTICE

J -- VMFAT 101 Aircraft Maintenance - Package #1

Notice Date
2/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Federal Acquisition Service, Region 8 (8Q), Denver Federal Center, Building 41, Room 145, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
ID08150004
 
Point of Contact
Tracie J Gutierrez, Phone: 3032360859, Nicole haines, Phone: 303-236-1676
 
E-Mail Address
tracie.gutierrez@gsa.gov, nicole.haines@gsa.gov
(tracie.gutierrez@gsa.gov, nicole.haines@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment 16 Past Performance Questionaire Attachment 15 WD 99-0316 Rev 40 12-02-2014 Attachment 14 Comnavairforinst 4790.2B Attachment 13 Required CDRLs Attachment 12 QUALITY ASSURANCE SURVEILLANCE PLAN Attachment 11 CollectiveBargainingAgreement Attachment 10 Training Attachment 09 Meetings Attachment 08 Travel Trip Report Attachment 07 Service hours Attachment 06 Expenditure Report Attachment 05 Directives and Instructions Attachment 04 Operational Data Attachment 03a Data Collection Attachment 03 Data Historical Attachment 02 Price Schedule Rev 1 Attachment 01-SF1449 RFP with PWS Agency/Office: Federal Acquisition Service (FAS) Location: Federal Acquisition Service, Region 8 (8Q) Title: VMFAT 101 Aircraft Maintenance Contract Award Date: May 1, 2015 COMBINED SYNOPSIS/SOLICITATION OF Aircraft Maintenance and Logistics Support Marine Air Station, Miramar, CA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603, 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 is a 100% 8(a) set aside solicitation under NAICS 488190, Other Support Activities for Air Transportation. The Small Business Administration Table of Size Standards is listed at $32.5 million. Please refer to the attached document "Request for Proposal with PWS". Please refer to the attached document "Request for Proposal with PWS", Performance Work Statement (PWS), and Attachment 2, Price Schedule, for a detailed list of contract line item number(s) and items, quantities and units of measure, (including options(s) to be addressed through this notice. Please only fill out the tab(s) that state "rates", please leave the tab(s) alone that state "line items" as the formulas have already been filled in. Also note that there are sixteen (16) attachments to this RFP. This combined synopsis/solicitation addresses the Aircraft Maintenance functions for the Marine Corps Air Station, Miramar, CA, at Marine Fighter Attack Training Squadron 101 (VMFAT-101). The aircraft maintenance functions will include but not be limited to the Phase, Corrosion Control, Logs and Records Clerks, Maintenance Control, Supply and Aircraft "O" Level Maintenance support. The aircraft maintenance will be utilized aboard Marine Corps Air Station, Miramar, CA, at Marine Fighter Attack Training Squadron 101 (VMFAT-101) with a mission to train F/A-18 aircrew on the F/A-18 A/B/C/D Hornet. The following documents incorporate provisions and clauses which are in effect as follows: Federal Acquisition Circular (FAC) including amendments to 2005-76, effective August 25, 2014. General Services Acquisition Manual (GSAM) including amendments to change 58, effective July 01, 2014. Defense Federal Acquisition Regulation (DFAR) including change notices revised August 28, 2014. This notice is to solicit proposals for the award of one contract. The contract will include Firm Fixed Price (FFP) for required non-personal services and Cost Reimbursable, not to exceed (NTE) CLINs for overtime and travel. The contract will be awarded to the offeror providing the best value to the government. This is an ongoing requirement that will be satisfied through a five year period of performance; a one year base period and four - one year option periods. Base Period: 1 May 2015-30 April 2016 Option 1: 1 May 2016-30 April 2017 Option 2: 1 May 2017-30 April 2018 Option 3: 1 May 2018-30 April 2019 Option4: 1 May 2019-30 April 2020 The following contract provisions are identified as follows: FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014) GSAM 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisitions of Commercial Items, (Jul 2003). Please refer to the attached document "Request for Proposal with PWS" Solicitation Provisions. This identifies the applicability of FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) in accordance with Section 6.0 of the attached document "Request for Proposal with PWS". The Government anticipates awarding one Firm Fixed Price contract to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Part I- TECHNICAL Factor 1 - Technical Proposal (Please refer to the attached document "Request for Proposal with PWS". Instructions, Conditions and Notices to Offerors.) Factor 2-Maintenance Plan (Please refer to the attached document "Request for Proposal with PWS". Factor 3 - Quality Control Plan (Please refer to the attached document "Request for Proposal with PWS") Part II- PAST PERFORMANCE Factor 4 - Past Performance (Please refer to the attached document "Request for Proposal with PWS". Instructions, Conditions and Notices to Offerors and FAR 15.304.) Part III- PRICE PROPOSAL Factor 5 - Price Proposal (Please refer to the attached document "Request for Proposal with PWS", Attachment 02-Price Schedule (Instructions, Conditions and Notices to Offerors.) This combined synopsis/solicitation identifies the required electronic completion of FAR 52.212-3, Offerors Representations and Certifications - Commercial items (May 2014) and addenda including submitting a Certificate of Insurance, Certification Regarding Lobbying Activities, Certification of Authorized Negotiators, Certification of Previous Contracts and Compliance Reports. SAM link is as follows: https://www.unitedstatesbusinessregistration.us/?gclid=CJb-wcO848ACFYMF7Aod9koA1w This identifies FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014) and addenda such as Contract Administration including Invoice Submission. Failure to comply with these procedures will be considered a performance issue. This identifies the following contract terms and conditions: FAR 52.212-5, Contract Terms and Conditions - Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2014). Addenda indicated in Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items -- DFAR 252.212-7001 (Mar 2013). Offerors shall submit an electronic copy of the proposal including the signed SF 1449 and any amendments at or before March 16, 2015 at 3:30 p.m. (MT) via e-mail to: Nicole Haines, nicole.haines@gsa.gov and Tracie Gutierrez, tracie.gutierrez@gsa.gov The name and telephone number of the individual to contact for information regarding this combined synopsis/solicitation is Nicole Haines Nicole.haines@gsa.gov 303-236-1676 and Tracie Gutierrez, tracie.gutierrez@gsa.gov 720-822-7731.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b081600506e4d5b9ed0ad777585e986d)
 
Place of Performance
Address: Marine Corps Air Station, Miramar, California, 92145, United States
Zip Code: 92145
 
Record
SN03633623-W 20150206/150205000319-b081600506e4d5b9ed0ad777585e986d (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.