SOLICITATION NOTICE
R -- Prey Tricolored Blackbird Survey - Attach #2 - SOW - Attach #3 - Technical - attach #1 - Offeror Pricing Sheet
- Notice Date
- 3/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1SEAE5040A002
- Archive Date
- 4/2/2015
- Point of Contact
- Chris Richardson, Phone: 6612772516, Kim Z Davis, Phone: 661-277-6921
- E-Mail Address
-
charles.richardson.16@us.af.mil, kim.davis.1@us.af.mil
(charles.richardson.16@us.af.mil, kim.davis.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Offeror Pricing Sheet Technical Capability Requirement Statement of Work This acquisition is a 100% small business set-aside. Solicitation number: F1SEAE5040A002 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 contract will be a two-year FFP, Purchase Order for non-severable services. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ). Responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 (effective 26 Dec 2014) and DFARs Publication Notice 20150129 (effective 29 Jan 2015), AFAC 2014-1001 (effective 01 Oct 2014). The Government intends to 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 factors shall be used to evaluate offers: (i) technical capability (ii) price of the item offered to meet the Government requirement. North American Industry Classification System Code (NAICS) is 541690 - Other Scientific and Technical Consulting Services, with a small business size standard of $15,000,000.00. FSC code is B510. Period of Performance: 24 Months, Edwards AFB, CA 93524. The AFTC/PZIOC, Edwards Air Force Base, CA is seeking to purchase: Prey Tricolored Blackbird, survey and data collection on Edwards AFB. In order to be responsive, the firm must offer a quote on all itemized line items contained in the Offeror Pricing Sheet (See Attach #1 ). Contractor to complete and return Attach #1 - Offeror Pricing Sheet Contractor to return a summary of prior experience. See Attach #3 - Technical Capability Requirement The contractor shall provide all management, tools, supplies, equipment, transportation, and labor necessary to conduct Avian Species Inventory at Edwards AFB (EAFB), CA. Contractor shall comply with the California Endangered Species Act, Title 14, Sections 783-783.8 and 786.0-786.8; the Federal Endangered Species Act of 1973, 16 U.S.C. 1531-1544; the Sikes Act, 16 U.S.C. 670; and Air Force Instruction 32-7064 - Integrated Natural Resource Plan (dated 17 Sep 2004). In accordance with the attached Statement of Work (SOW dated 18 Feb 2015) attached to this solicitation (attachment 1), for a two-year FFP, Purchase Order contract. Wage determinations shall be IAW Service Contract ACT for Kern County, CA. The evaluation criteria listed below will be used to select the source for the anticipated two-year FFP, Purchase Order IAW FAR 13.602-2 Evaluation of Quotations or Offers: Technical Capability. Contractor shall have a minimum of 5 years experience conducting nesting surveys (pre-construction nesting bird surveys not applicable in this context). Price No partial quotes for the items listed above will be accepted. This is a combined synopsis/solicitation IAW FAR 12.603. Interested parties who believe they can meet all the requirements for the items described in this combined synopsis/solicitation are invited to submit a quote. Offerors are required to submit with their quote with enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. The following FAR and DFARS and AFFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management (Jul 2013) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractor Debarred, Suspended, or Proposed for Debarment, (Aug 2013); 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013) FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) 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 factors shall be used to evaluate offers: Technical Capability Price Technical is substantially more important, when compared to price. 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Aug 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (Jul 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jan 2013) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8 Utilization of Small Business Concerns (Jul 2013) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 25.222-22 Previous Contract and Compliance Reports (Feb 1999) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (May 2007) 52.222-35 Equal Opportunity for Veterans (Jul 2014) 52.222-36 - Equal Opportunity for Workers With Disabilities 52.222-37 Employment Reports on Veterans (Jul 2014) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.228-5 -- Insurance -- Work on a Government Installation 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (SAM) (Jul 2013) 52.233-3 -- Protest After Award 52.252-2 Clauses Incorporated By Reference (Feb 1998) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7004 Alternate A - System For Award Management (May 2013) 252.211-7003 Item Identification and Valuation (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) 252.247-7023 Transportation of Supplies by Sea Alternate III (Jun 2013) 252.225-7001 Buy American Act and Balance of Payment Program (Dec 2012) 5352.201-9101 Ombudsman (Nov 2012) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) CONTRACTORS MUST COMPLY WITH FAR 52.204-7 System For Award Management (SAM) AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE SAM, GO TO URL: https://www.sam.gov/portal/public/SAM/ ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH SAM BY INTERNET URL: https://www.sam.gov/portal/public/SAM Electronic submittals are due to the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, not later than 18 March 2015, 4:00 PM Pacific Time. E-mail Chris Richardson: charles.richardson.16@us.af.mil. (661-277-2516) or Kim Davis: kim.davis.1@us.af.mil (661-277-6921).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1SEAE5040A002/listing.html)
- Place of Performance
- Address: 5 South Wolfe Ave, Bldg 2800, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03658166-W 20150306/150304234732-7977b9f820ac3209b9328ed271b3452a (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 |