Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2017 FBO #5810
SOLICITATION NOTICE

84 -- Bomb Suits IDIQ - RFP with Attachments

Notice Date
10/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8051-18-R-3006
 
Archive Date
12/2/2017
 
Point of Contact
Flavio Ely, Phone: 8502836758, Joseph R. Willard, Phone: 8502836942
 
E-Mail Address
flavio.ely@us.af.mil, joseph.willard@us.af.mil
(flavio.ely@us.af.mil, joseph.willard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CLIN Price Sheet Statement of Work Provisions and Clauses Signed RFP 18 October 2017 COMBINED SYNOPSIS/SOLICITATION 1. Solicitation. 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 will not be issued. 772 ESS/PKD intends to issue this solicitation as a Request for Proposal (RFP), under number FA8051- 18-R-3006, to award a Firm Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) type contract for the acquisition of explosive ordinance disposal (EOD) bomb suit ensembles (helmet, suit, and accessories). The Government intends to award one contract to the responsible offeror whose proposal represents the Best Value to the Government. This document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-95, Defense Acquisition Circular DPN 20161222, and Air Force Acquisition Circular 2017-0127. This requirement is being solicited as full as and open competition. The NAICS code for this acquisition is 315990. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017) Alternate 1 (Oct 2014), or ensure the Representations and Certifications are updated at www.sam.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this RFP and are listed in Attachment 1. Attachment 1 identifies the applicable clauses and provisions to this RFP. Berry Amendment. In accordance with DFARS 225.7002.1 Restrictions, 10 U.S.C. 2533a (the "Berry Amendment") applies to this acquisition. Consequently, DFARS 252.225-7012 Preference for Certain Domestic Commodities is applicable and is listed in Attachment 1. Small Business Subcontracting Plan (Other than Small Businesses Only). Other than Small Businesses shall provide a clear, detailed and realistic Small Business Subcontracting Plan that complies with FAR 52.219-9 and DFARS 252.219-7003 and satisfies all of the requirements of FAR 19.704, DFARS 219.704, and AFFARS 5319.704(a)(1) in order to be determined acceptable by the CO prior to contract award. An approved Subcontracting Plan is required for contract award to an other than Small Business offeror and will be reviewed as a part of the CO's responsibility determination. The apparently successful Offeror's Small Business Subcontracting Plan shall be assessed in accordance with FAR 52.219-9 requirements and must be determined as ‘acceptable' by the Contracting Officer in the event of an award. Goals provided by the offerors will be incorporated into and become a part of the contract. The successful offeror will be required to provide reports on small business participation IAW FAR 52.219-9. The Subcontracting Plan is a materiel requirement of the solicitation and any resultant contract. A Small Business Subcontracting Plan deemed as ‘unacceptable' may preclude an offeror from being eligible for contract award. All clauses and provisions may be found in full text at the following site: http://farsite.hill.af.mil. 2. Description of Requirement - The purpose of this requirement is to purchase EOD bomb suit ensembles in accordance with the Statement of Work (SOW) (Attachment 2) to accomplish the Air Force (AF) EOD mission. This equipment must meet the requirements as outlined in National Institute of Justice (NIJ) Standard 0117.01 - Public Safety Bomb Suit and must be certified in accordance with NIJ CR-0117.00, Public Safety Bomb Suit Certification Program Requirements. 3. Delivery - Bomb suit ensembles will require delivery within 90 days after receipt of a fully executed delivery order. The delivery terms are FOB destination and will be delivered to the following address: 775 CES/CED-EMF 7360 Wardleigh Road, BLDG 21 Hill AFB, UT 84056-5129 4. Basis for Award. The Government intends to award without discussions a single award FFP/IDIQ contract. Award will be made to the offeror whose proposal represents the best value to the government based on a subjective tradeoff process. The Government intends to select one offeror; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to propose their most advantageous pricing in their initial response. The responses to this RFP are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary. 5. Estimated Contract Amount - The total program quantity for this acquisition is estimated at 305 bomb suit ensembles. Delivery Orders will be placed in accordance with the terms of the contract awarded as a result of this solicitation. For the contract duration, the minimum award guaranteed amount shall be 5 bomb suit ensembles. The Government expects to meet the minimum guarantee of 5 bomb suit ensembles within the first twelve (12) months of the ordering period after contract award. The projected Ordering Period will be for the duration of 5 years after the award of contract. 6. Subjective Trade-Off Evaluation. A subjective trade-off methodology will be used to select the successful offeror for this procurement. The evaluation criteria will be based on the following areas: A) Technical Capability, B) Price, and C) Past Performance. For the tradeoff, technical capability will be considered significantly more important than price. Past Performance will be evaluated as Acceptable or Unacceptable and will not be included in the trade-off process. The following evaluation process will be followed: Evaluation Area 1 - Technical Capability: This area will be determined through Government evaluation of the proposed bomb suit ensemble and the evaluation of how well the proposal meets or exceeds the criteria outlined in the SOW (Attachment 2) and the National Institute of Justice (NIJ) Standard 0117.01 - Public Safety Bomb Suit. If a proposed bomb suit ensemble does not meet the minimum criteria of the SOW, the ensemble will not be eligible for award. The government may trade off price for technical capability where the proposed bomb suit ensemble exceeds the minimum criteria in areas such as Fragmentation Protection, Overall Ensemble Weight, Ensemble Donning, and Emergency Ensemble Doffing. Technical capability will be rated using the combined technical/risk rating methodology in accordance with the following table: Color Rating Adjectival Rating Description Blue Outstanding Proposal indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and risk of unsuccessful performance is low. Purple Good Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, and risk of unsuccessful performance is low to moderate. Green Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate. Yellow Marginal Proposal has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high. Red Unacceptable Proposal does not meet requirements of the solicitation, and thus, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is unawardable. Evaluation Area 2 - Price: Total evaluated price will be determined by multiplying the quantities identified in the CLIN Price Sheet (Attachment 3) by the proposed unit price for the Contract Line Item Number (CLIN) and adding the total of all CLNS together. Offerors are required to fill in the unit price and only the unit price for the CLIN identified in the CLIN Price Sheet. Failure to fill in the unit price in the CLIN Price Sheet will render the proposal unacceptable and the Government will not consider the proposal for award, in the absence of discussions. The unit price should be rounded to the penny to avoid rounding errors. Prices shall be consistent with the pricing submitted in the proposal, including any discounts. Since the Government intends to award without discussions, offerors are encouraged to propose their most advantageous pricing. Failure to comply with instructions may render the proposal unacceptable and ineligible for award, in the absence of discussions. Evaluation Area 3 - Past Performance: The offeror shall provide examples of Past Performance (contract number, location, POC, contact information) for similar contracts in the last three (3) years. Recent and relevant Past Performance will be evaluated based on an assessment of performance under previous contracts. Relevant Past Performance is defined as the efforts involving similar scope and magnitude of effort and complexities that this solicitation requires. Recent Past Performance is defined as efforts executed within the last three (3) years. In conducting the Past Performance evaluation, the Government reserves the right to use both the information provided in the offeror's provided Past Performance and information obtained from other sources available to the Government, to include Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers and Fee Determining Official; the Defense Contract Management Agency (DCMA), and commercial sources. The Government will evaluate Past Performance as it relates to the requirements outlined in the SOW. Past Performance will be evaluated as either Acceptable or Unacceptable. A rating of Unacceptable will render a proposal ineligible for award. Note: A lack of or unknown Past Performance will not be evaluated favorably or unfavorably and will therefore be evaluated as Acceptable. Adjectival Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note above) Unacceptable Based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. 7. Additional Requirements. The Offeror shall provide a priced list of all accessories and individual components (e.g. foot protection, batteries w/ chargers, helmet visors) for the bomb suit ensemble. 8. Proposal Formatting Instructions. See table 1 below: Table 1 Section Evaluation Area Title/RFP Reference Page Limit Volume I 1. Technical Capability Technical Capability 20 Volume II 2. Price CLIN Price Sheet - (Attachment 3) 1 Volume III 3. Past Performance Past Performance N/A Proposal Format and Submittal Requirements:  Specifications, Table of Contents, Glossaries, Tabs, and List of Acronyms do not count against the page limit.  Supporting documentation that does not fit into a section identified above does not count against the page limit, but cannot be more than 60 pages.  One page is 8.5 x 11-inch, Foldout pages (count as one side of a page) may only be used for large tables, charts, graphs, figures, and schematics and not for pages of text.  Pages shall be typed with at least single line spacing with no less than 1-inch margins.  The font shall be no smaller than 10 point for general text, text in tables, charts, graphs, and figures.  No condensed fonts allowed; Times New Roman or Arial font preferred.  If page limits are exceeded, the excess pages will not be read or considered in the evaluation of the proposal.  Due to Tyndall AFB email size limitations, the total size of a proposal submission shall not exceed five megabytes (5-MB) of data; recommend all offerors confirm the receipt of all emailed offers via telephone call to the appropriate Government POC.  Any deviation from the RFP requirements and format may result in non-consideration of the proposal. 9. Additional Instructions to Offerors. Vendors shall respond to this RFP via email by 17 November 2017 at 1600 hours (4:00 pm) Central Daylight Time (CDT). All offers should be sent to the Contracting Officer, Mr. Joseph Willard, at joseph.willard@us.af.mil phone number: (850) 283-6942 and MSgt Flavio Ely at flavio.ely@us.af.mil phone number: (850) 283-6758 before the due date and time specified. Any proposal, modification, or revision of a proposal received after the exact time specified for receipt of offers is "late" and may not be considered. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. 10. Questions. All questions regarding the RFP package must be submitted to the above e-mail addresses by 1 November 2017 at 1400 (2:00 pm) Central Daylight Time (CDT). Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 11. Organizational Conflicts of Interest: All offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 12. Notice to Offerors: The Government reserves the right to cancel this RFP, either before or after the closing date. In the event the Government cancels this RFP, the Government has no obligation to reimburse an offeror for any costs. Submitted offers shall be valid for 60 days after the closing date of the RFP. JOSEPH WILLARD, GS-12, USAF Contracting Officer Attachments: 1. Clauses and Provisions 2. Statement of Work 3. CLIN Price Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/086e0cf1bc074b96413f540f05ae63a0)
 
Place of Performance
Address: 772 ESS/PKD, 139 Barnes Dr, Suite 1, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN04716935-W 20171020/171018231306-086e0cf1bc074b96413f540f05ae63a0 (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.