Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2017 FBO #5798
SOLICITATION NOTICE

V -- AIRLIFT SUPPORT SERVICES

Notice Date
10/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-17-T-0234
 
Point of Contact
Denitra I. Foy, Phone: 2542875815
 
E-Mail Address
denitra.i.foy.civ@mail.mil
(denitra.i.foy.civ@mail.mil)
 
Small Business Set-Aside
Veteran-Owned 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; quotes are being requested and a written solicitation will not be issued. The Solicitation number is W91151-17-T-0234 and is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated NAICS code is 481211, Nonscheduled Chartered Passenger Air Transportation and small business size standard is 1500 employees. This requirement is for airlift transportation support services in support of Airborne and Special Operations Test Directorate with aircraft support, including personnel and equipment necessary to perform airlift military free fall training for the parachute jumpers at Fort Bragg, North Carolina. The period of performance is a base year and four (4) option periods. The CLIN structure will be as follows: CLIN 0001, Lift, 576 ea. (Casa 212 Airlift Ride) Base Year, CLIN 0002, Lift, 1519 ea. (Otter Airlift Ride) CLIN 1001, Lift, 576 ea. (Casa 212 Airlift Ride) Option Year 1 CLIN 1002, Lift, 1519 ea. (Otter Airlift Ride) CLIN 2001, Lift, 576 ea. (Casa 212 Airlift Ride) Option Year 2 CLIN 2002, Lift, 1519 ea. (Otter Airlift Ride) CLIN 3001, Lift, 576 ea. (Casa 212 Airlift Ride) Option Year 3 CLIN 3002, Lift, 1519 ea. (Otter Airlift Ride) CLIN 4001, Lift, 576 ea. (Casa 212 Airlift Ride) Option year 4 CLIN 4002, Lift, 1519 ea. (Otter Airlift Ride) CLIN 5001, Lift, 576 ea. (Casa 212 Airlift Ride) Option Year 5 CLIN 5002, Lift, 1519 ea. (Otter Airlift Ride) The following clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be accessed electronically at: http://farsite.hill.af.mil. 52.202-1, Definitions (NOV 2013) 52.203-6, Alt I Restrictions on Subcontractor Sales to the Government (SEP 2006)52.204-21, Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) 52.204-7 System for Award Management (OCT 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) 52.209-7, Information Regarding Responsibility Matter (OCT 2015) 52.212-1, Instructions to Offerors -Commercial Items (JAN 2017) 52.212-2, Evaluation-Commercial Items (OCT 2014), The following factor will be used to evaluate offers: (1) Price. 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017) - the offeror annual representations and certifications shall be completed electronically via SAM at https://www.sam.gov/portal/SAM/#1. 52.212-4, Contract Terms and Conditions- Commercial Items (JAN 2017) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) paragraph (a) and the following clauses in paragraph (b): 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEPT 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combat Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Van Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan (MAR 2015) 52.225-25 Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran -Representation and Certifications (OCT 2015) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.216-24, Limitation of Government Liability (APR 1984) 52.217-5, Evaluation of Options (JUL 1990) 52.217-8, Option to Extend Services (NOV 1999) 52.217-9, Option to Extend the Term of the Contract (MAR 2000)) 52.232-40, Providing Accelerated Payments to Small Business Contractors (DEC 2013) 52.243-1, Changes-Fixed Price (AUG 1987) 52.252-1, Solicitation Provision Incorporated by Reference (FEB 1998) 52.252-2, Clauses Incorporated by Reference (FEB 1998) 252.204-7004, Alt A System for Award Management Alternate A (FEB 2014) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.243-7001, Pricing of Contract Modifications (DEC 1991) All vendors must be registered in the System for Award Management (SAM) Database in order to receive award. The website address for registration is: https://www.sam.gov/portal/SAM/#1. The due date for receipt of quotes will be no later than October 11, 2017 at 12:00 P.M. CST. Email quotes to denitra.i.foy.civ@mail.mil and Belinda Woods at belinda.woods.civ@mail.mil. Send all questions not later than 12:00 P.M. CST on October 10, 2017 to Denitra Foy at denitra.i.foy.civ@mail.mil. The Contracting Officer is Belinda Woods at belinda.woods.civ@mail.mil. All quotes shall be marked with Solicitation Number W91151-17-T-0234, Cage Code, DUNS and Point of Contact Information. All responsible sources may submit a quote. The Government contemplates award of a Firm Fixed Price purchase order resulting from this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a62ef308ec1ad3f45ce972a8c90c6e0f)
 
Place of Performance
Address: USAOTC, ABNSOTD, BLD 2-1728 ARMISTEAD & WOODRUFF ST, Fort Bragg, North Carolina, 28301, United States
Zip Code: 28301
 
Record
SN04708661-W 20171008/171006230721-a62ef308ec1ad3f45ce972a8c90c6e0f (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.