MODIFICATION
R -- Facilitate Other Maintenance
- Notice Date
- 3/21/2016
- Notice Type
- Modification/Amendment
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-16-R-0021
- Archive Date
- 4/19/2016
- Point of Contact
- Jesse M. Ball, Phone: 8017775539, Randall W. Tobler, Phone: 8015863335
- E-Mail Address
-
jesse.ball.1@us.af.mil, randall.tobler@us.af.mil
(jesse.ball.1@us.af.mil, randall.tobler@us.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 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 is attached at this time. The solicitation number is FA8224-16-R-0021 and the solicitation is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. This acquisition is for a 100% Small Business Set-Aside, under NAICS code 493190. 100% SMALL BUSINESS SET-ASIDE CLIN 0001- C-130 Facilitate Other Maintenance (FOM) assets in support of the the 309 AMXG Program, as specified in the Performance Work Statement dated 17 February 2016. Option CLIN 0002- Optional CLIN for Facilitate Other Maintenance support for F-16 Option CLIN 0003- Optional Additional Docks C-130 Facilitate Other Maintenance (FOM) assets in support of the the 309 AMXG Program, as specified in the Performance Work Statement dated 17 February 2016. CLIN 0004 Data- CDRLs A001-A005 Option CLIN 1001 C-130 Facilitate Other Maintenance (FOM) assets in support of the the 309 AMXG Program, as specified in the Performance Work Statement dated 17 February 2016. Option CLIN 1002- Optional CLIN for Facilitate Other Maintenance support for F-16 CLIN 1003- Optional Additional Docks C-130 Facilitate Other Maintenance (FOM) assets in support of the the 309 AMXG Program, as specified in the Performance Work Statement dated 17 February 2016. Option CLIN 1004 Data- CDRLs A001-A005 Option CLIN 2001 C-130 Facilitate Other Maintenance (FOM) assets in support of the the 309 AMXG Program, as specified in the Performance Work Statement dated 17 February 2016. Option CLIN 2002- Optional CLIN for Facilitate Other Maintenance support for F-16 CLIN 2003- Optional Additional Docks C-130 Facilitate Other Maintenance (FOM) assets in support of the the 309 AMXG Program, as specified in the Performance Work Statement dated 17 February 2016. Option CLIN 2004 Data- CDRLs A001-A005 All provisions and clauses are listed on the attached SF 1449 solicitation form. The closing date and time of this solicitation is 4 April 2016 at 02:00 PM (MST). Please see attached solicitation document (FA8224-16-R-0021 and Performance Work Statement dated 17 February 2016) for further details on instructions to offerors and evaluation award criteria. ALL QUESTIONS SHALL BE SUBMITTED BY EMAIL TO jesse.ball.1@us.af.mil on or before 16 March 2016. ANSWERS TO QUESTIONS WILL BE POSTED TO FBO.GOV ALL PROPOSALS AND COMPLETED SOLICITATIONS MUST BE E-MAILED TO jesse.ball.1@us.af.mil. BEFORE THE CLOSING DATE AND TIME 4 April 2016 at 02:00 PM (MST). FAX COPIES CANNOT BE ACCEPTED. Please note: as prescribed in FAR Subparts 4.11 and 4.12, all prospective offerors must obtain a DUNS number, have an "active" Central Contractor Register (CCR), and maintain an Online Representations and Certifications Application (ORCA) in order to transact business with the Government. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered offeror. Interested contractors can register at https://www.sam.gov/portal/public/SAM/ POINT OF CONTACT for this requirement is Jesse Ball, (801) 777-5539 or jesse.ball.1@us.af.mil. Any questions regarding this requirement should be emailed directly to jesse.ball.1@us.af.mil. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The government will award one (1) 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: •(1) PRICE •(2) TECHNICAL FACTORS •(3) PAST PERFORMANCE Technical and past performance, when combined, are approximately equal to price. (b) The government will evaluate offers for award purposes by adding the total price for all options to the total price for the requirement. (c) 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). (d) 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 Offeror'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. ADDENDUM TO FAR 52.212-2 - TECHNICAL EVALUATION CRITERIA BASIS FOR CONTRACT AWARD: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2 as supplemented. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose proposal conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by 52.212-1, Instructions to Offerors of this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The evaluation process shall proceed as follows: (A) Evaluation Factors: • i. Initially, offers shall be ranked according to price. An Offerors proposed price will be determined by adding the price for each CLIN including option CLINs. The total evaluated price will be the sum of all CLIN prices. • ii. Technical Acceptability (not a tradeoff factor). Next, the government technical evaluation team will review the technical proposal submitted by the lowest priced offeror on an acceptable/unacceptable basis to ensure the solicitation requirements including all stated terms, conditions, representations, certifications, and all other information required by this solicitation are met. For price comparison purposes, technical evaluations cease when the technical evaluation teams finds two proposals technically acceptable. • iii. Each Technical Capability subfactor will receive a rating of acceptable, or unacceptable. If any subfactor is rated -unacceptable, the entire proposal may be rendered technically unacceptable. Only proposals deemed technically acceptable (either initially or as the result of discussions) will be considered for award. •(A) Acceptable: The proposal meets specified minimum requirements necessary for acceptable contract performance. Only those proposals determined acceptable, either initially or as a result of discussions, will be considered for award. •(B) Unacceptable: The proposal fails to meet specified minimum requirements necessary for contract performance. Proposals with an unacceptable rating are not awardable. (B) Award Decision: The award decision will be made as follows: • i. Step One - Evaluate Price. The Offerors Price proposals will be evaluated, for ranking purposes, based upon the total price proposed. • ii. Step Two - Determine Technical Acceptability. The technical evaluation provides an assessment of the Offeror's capability to satisfy the Government's requirements. The Government will evaluate the lowest priced proposal first for technical capability and determine technically acceptability or unacceptability. If unacceptable, the next lowest priced proposal will be technically evaluated. For price comparison purposes, technical evaluations cease when the technical evaluation teams finds two proposals technically acceptable. Technical Subfactors are as follows: Subfactor 1. Describe how the contractor will manage and maintain the 309 AMXG's FOM program for aircraft parts and material. Reference Performance Based Work Statement Paragraphs 2.1 and 2.2. Subfactor 2. Describe how personnel shall be managed to meet the estimated workload. The Contractor shall demonstrate how qualified personnel with appropriate combinations of education, experience, knowledge, training, abilities and skills, shall be employed and utilized to meet PWS Paragraphs 2.1 and 2.2. Subfactor 3. Describe past performance accomplished in the past three years of similar scope specified in PWS Paragraphs 2.1 and 2.2 (C) Discussions : It is the Government's intent to award without discussions; therefore, it is imperative that Offerors submit their best terms initially. However, if during the evaluation period, it is determined to be in the best interest of the Government to hold discussions, offeror responses to Evaluation Notices (ENs), and the Final Proposal Revisions (FPRs) will be considered in making the selection decision. (D) Tradeoffs: Tradeoffs will not be made between technical and price among those Offerors who have been determined technically acceptable. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-16-R-0021/listing.html)
- Place of Performance
- Address: Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN04056458-W 20160323/160321234834-498d65e195a0b511b3f2de53cb761428 (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 |