SOLICITATION NOTICE
V -- Helicopter Services, Fort Hood, TX - Package #1
- Notice Date
- 8/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ-16-R-8120
- Point of Contact
- Leah Cobb, Phone: 6016346694
- E-Mail Address
-
leah.b.cobb@usace.army.mil
(leah.b.cobb@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Performance Work Statement Helicopter Services Solicitation Number W912HZ-16-R-8120 is being issued as a Request for Proposal (RFP) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-89. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET-ASIDE. The NAICS code for this procurement is 481211- Nonscheduled Chartered Passenger Air Transportation, Size Standard, 1,500 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 -Simplified Acquisition Procedures. The US Army Corps of Engineers, Engineer Research and Development Center has a requirement for Helicopter Services at Fort Hood, Texas. SAM Registration: Pursuant to FAR Provision 52.204-7, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. PROJECT SPECIFICATIONS: Reference the attachments posted with this solicitation under the Additional documentation link toward the bottom of this announcement: Performance Work Statement Helicopter Services Wage Determination BID SCHEDULE: Line Item 0001 - Helicopter Services in accordance with the Performance Work Statement Total Amount ______________ The government intends to make a single award. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. Before a complete evaluation of your proposal can be made offerors must provide Offeror Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration, must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005 - 89 (08/15/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20160811, (08/11/2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following FAR Clauses & Provisions apply to this acquisition: FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.204-7 System for Award Management; FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.203-6 Alt I Restrictions on subcontractor sales to gov't; FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on subcontracting; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relation Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-1, Biobased Product Certification; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1, Buy American- Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.243-1, Changes - Fixed Price; FAR 52.252-2, Clauses Incorporated by Reference; FAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; FAR 252.204-7003, Control of Government Personnel Work Product The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.203-7000 Requirement Relating to compensation of former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7001 Disclosure of Ownership or Control by Government of a Terrorist Country; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. Interested parties must include, with their quote, their CAGE code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Product literature containing specifications for quote product shall be submitted as well. Interested parties may submit quotes for consideration by the Government to Leah.B.Cobb@usace.army.mil not later than 12 September 2016 - 11:00 A.M., CST. Oral communications are not acceptable in response to this notice. Please reference W912HZ-16-R-8120 in all correspondence. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. Offers are due Monday, 12 September 2016, not later than 11:00 A.M. CST to Leah Cobb, Leah.B.Cobb@usace.army.mil Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-16-R-8120/listing.html)
- Place of Performance
- Address: Fort Hood, Fort Hood, Texas, 76544, United States
- Zip Code: 76544
- Zip Code: 76544
- Record
- SN04242659-W 20160828/160826234530-eb43be19eab27b6c13f5de2fbaf49de0 (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 |