Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2018 FBO #5966
SOLICITATION NOTICE

R -- IDIQ Contract for Aircraft Inspection - Solicitation Document - Statement of work

Notice Date
3/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Export - Import Bank of the United States, Office of Contracting Services, Contracting Services, 811 Vermont Avenue, N.W., Washington, District of Columbia, 20571
 
ZIP Code
20571
 
Solicitation Number
83310118Q0035
 
Archive Date
5/12/2018
 
Point of Contact
Josephine Chutta, Phone: 2025653475
 
E-Mail Address
josephine.chutta@exim.gov
(josephine.chutta@exim.gov)
 
Small Business Set-Aside
N/A
 
Description
INSPECTION STATEMENT OF WORK The Solicitation Document Date: March 23, 2018 Export-Import Bank of the US 811 Vermont Ave., NW Washington, D.C. 20571 SUBJECT: 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. The Export-Import Bank of the United States is soliciting and intends to award a multiple award - hybrid contract - for scheduled and unscheduled Aircraft Inspection Services. Part of the contract for unscheduled inspection services will be a no cost contract and the other part for scheduled inspection will be a firm fixed price contract. The scheduled portion of this IDIQ contract will be at at no cost to the Government. EXIM Bank will recommend list of selected firms to Airline Companies for scheduled inspection services. Rates shall be negotiated with the Airline Companies at task order level. Unscheduled inspections will be priced on a firm-fixed price basis at task order level. Estimated task orders will range from $5000 to $250K. Firms will be evaluated based on the following evaluation criteria which are shown in descending order of importance: 1. Management/Technical Approach. The management/technical approach shall be evaluated for its response time, quality of reports, customer satisfaction and evidence of the extent to which the Contractor's approach will achieve EXIM Bank's objectives. The evaluation will include an assessment that the approach used adheres to best management practices and reflects significant relevance to EXIM Bank's objectives and is customer focused. Evidence of the quality of the management/technical approach shall include the following: a. A sound approach to management that demonstrates the ability to aggressively identify and apply EXIM Bank requirements. i. Have a proven track record of providing managed services under Labor Hour contracts. ii. Have transparent governance procedures that include a clear line of open and honest communication between the Contractor and Government personnel for timely problem identification, mitigation and resolution. Management approach should foster upon achieving shared goals and objectives. b. A sound technical proposal that demonstrates how implementation of proposed services will deliver timely, reliable, secure, flexible, responsive, and compliant services/deliverables to meet the needs of EXIM Bank and its stakeholders. 2. Key Personnel. Key personnel should have demonstrated ability and a proven track record of Technical Assessments. EXIM Bank will evaluate the offeror on the experience, skills and qualifications of the proposed key personnel to successfully complete the requirements under the contract. EXIM Bank will evaluate the proposed key personnel's ability to successfully complete the requirements based on their recent past success and productivity on relevant projects. 3. Corporate Experience/Past Performance. EXIM Bank will evaluate the relevance and applicability of the offeror's corporate experience and past performance to the successful completion of the contract requirements. The offeror must: a. Be a member of ISTAT and employ, on a full-time permanent basis, at least one certified ISTAT appraiser. b. Demonstrate expert knowledge of and experience in Technical Assessments, including formal valuations under ISTAT guidelines. c. Demonstrate ability and possess a proven track record of assisting in all aspects of aircraft repossession, post repossession management and remarketing. d. Be registered in the System for Award Management (SAM) or possess the ability to register prior to contract award. 4. Organizational Conflict of Interest (COI). Any Contractor (or member of its team and/or subcontractor) having a conflict of interest as defined under FAR Part 9.5 must identify the conflict as soon as it is known and provide a recommended mitigation plan. 5. Cost. EXIM Bank will evaluate the cost estimates provided by the applicants to assess the reasonableness of the estimates. The offeror's experience and proposed staffing as described above is more important than cost/price. EXIM Bank will award the contract to the applicant whose application represents the best value to EXIM Bank. Propective offerors should be registered in the System for Award Management (SAM) or prove the ability to register prior to contract award. Please send questions regarding the solicitation via e-mail to Josephine Chutta at Josephine.chutta@exim.gov. The due date for proposals is 12 PM Eastern Standard Time, April 27, 2018. Questions related to this solicitation are due at 5 PM Eastern Standard Time, April 12, 2018. The Government will post an amendment with answers to these questions as soon as possible. Offerors should send proposals via e-mail to the contracting officer. I. SUPPLIES OR SERVICES AND PRICES/COSTS 1. SERVICES 52.212-4 Contract Terms and Conditions - Commercial Items. (JAN 2017) 1.1. This solicitation is for a commercial item, and will be conducted per FAR Parts 12, in conjunction with FAR Part 15 procedures. The contractor shall provide all necessary services, and other items to satisfy as defined in the statement of work (SOW). The minimum for this indefinite quantity contract shall be a combination of services equal to the amount set forth. The minimum guaranteed contract amount is $1,000.00. The maximum contract amount (ceiling) for this IDIQ contract including all options is $25,000,000.00 per contract. 2. CONTRACT PRICING Offerors shall fill out IDIQ Labor Rate as part of their submittal. Offerors are required to completely fill out the tab to include the following information in this document: Labor Hours/Labor Mix Required to Complete the Task(s) for Unscheduled Inspection.* Labor Category Rate Total $ $ $ $ *Travel in accordance with the Federal Travel Regulation (FTR) contained in 41 Code of Federal Regulations (CFR). Travel shall not be made unless authorized by the COR. Payment will be made for actual expenses with proper supporting documentation.PAYMENT SCHEDULE II. DESCRIPTIONS/SPECS/WORK STATEMENT See Attachment I: IDIQ Statement of work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/XMBANK/OAS/CA/83310118Q0035/listing.html)
 
Record
SN04864705-W 20180325/180323230948-0ff8570f5e4a6d8f2385b3ee25099fde (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.