SOLICITATION NOTICE
R -- Test Fight Chase and Targeting Support - Solicitation Attachments
- Notice Date
- 12/21/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- 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
- FA9302-18-T-0005
- Archive Date
- 2/7/2018
- Point of Contact
- Norman G Mackie, Phone: 6612771829, Monika Masei, Phone: (661) 277-7708
- E-Mail Address
-
norman.mackie@us.af.mil, Monika.Masei@edwards.af.mil
(norman.mackie@us.af.mil, Monika.Masei@edwards.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Ordering Procedures Technical Evaluation Performance Work Statement Solicitation Provisions and Clauses (i) 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number for this acquisition is FA9302-18-T-0005 and is issued as a Request for Quote (RFQ). (iii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 and DFARS Change Notice (DPN) 20171208. (iv) The Product Service Code (PSC) is R425. The NAICS is 481219 and the business size standard is $15M. This acquisition is for full and open competition. (v) Contract Line Item Number(s) (CLINS) Schedule: Item No. Service Description Quantity Unit CLIN0001 Chase and Target Support 1 Ea. (vi) Description of Requirements: The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform test flight flying services at Edwards Air Force Base, California. See the Performance Work Statement (PWS) for specific details. (vii) See attached PWS for delivery and acceptance information. The anticipated Period of Performance Period for this effort is 16 February 2018 to 15 February 2020. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition. Provisions and clauses can be viewed via internet at the Air Force FAR site, http://farsite.hill.af.mil ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1. In addition the following information shall be included: Offerors shall submit quotes electronically via email; please note the maximum quote page limitation is 50 pages. Pages that exceed this limit will not be evaluated. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number: 2. TIN Number: 3. CAGE Code: 4. Contractor Name : 5. Payment Terms (net 30) or Discount: 6. Point of Contact & Phone Number: 7. Email address: 8. FOB: Destination TECHNICAL ACCEPTABILITY INFORMATION: Provide details of your firm's ability to provide the services requested. This information will be used to determine the technical acceptability of the product offered. Technical Acceptability information is attached. (ix) The provision at 52.212-2, Evaluation -Commercial Items (OCT 2014) applies to this acquisition. Evaluation of proposals will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. The evaluation criteria is: TECHNICAL ACCEPTABILITY. ADDENDUM TO 52.212-2, Evaluation - Commercial Items The Government intends to award multiple award delivery order contracts resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government intends to make an award to each and all qualifying offerors. The Government reserves the right to award a single award delivery contract in the event only one offeror is determined to be technically acceptable. In the event that only one offeror is determined to be acceptable, pricing information shall be evaluated prior to the award of a contract. The following factors shall be used to evaluate offers: (i) technical acceptability of the services offered to meet the Government requirement in accordance with the PWS; Price or cost shall be considered as one of the factors in the selection decision for each task or delivery order under the multiple-award contract, in accordance with FAR 16.505(b)(1)(ii)(E). To be considered technically acceptable, the offeror must submit a complete proposal IAW with this RFQ, including the technical acceptability information under the Addendum to FAR 52.212-1. (x) Offerors must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017) with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at www.sam.gov (xi) The clause 52.212-4, Contract Terms and conditions - Commercial Items (JAN 2017), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JAN 2017), applies to this acquisition. (xiii) This acquisition will be contracted in accordance with the provisions set forth in FAR Parts 12, 13, and 16. See the attached provisions and clauses that are contemplated for this solicitation; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://farsite.af.mil/vffara.htm (xiv) The Defense Priorities and Allocations System (DPAS) assigned rating for this acquisition is: Not applicable (xv) Responses to this solicitation are to be submitted electronically by 23 January 2018, 12:00 PM Pacific Standard Time. Any questions or requests for information shall be submitted in writing to the individuals listed in paragraph (xvi) below no later than 5 January 2018, 3:00 PM Pacific Standard Time. (xvi) Responses are to be submitted electronically to Mr. Norman Mackie via e-mail at norman.mackie@us.af.mil and to Ms. Monika Masei at monika.masei@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-18-T-0005/listing.html)
- Place of Performance
- Address: 412th Operations Group, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04773280-W 20171223/171221231010-c32250019698904dca8b7aefc0821220 (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 |