Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2018 FBO #6161
SOLICITATION NOTICE

J -- Aircraft Fire Training Facility Maintenance, Inspection and Repair - Package #1

Notice Date
10/4/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-19-R-0003
 
Archive Date
11/17/2018
 
Point of Contact
Lt. Allison Hughes, Phone: 937-522-4555, Edward A. Huchison, Phone: 9375224605
 
E-Mail Address
allison.hughes@us.af.mil, edward.huchison@us.af.mil
(allison.hughes@us.af.mil, edward.huchison@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Labor Rates Schedule Attach#5 Wage Determination Attach#4 Performance Work Statement Attach#3 Evaluation Factors Attach#2 Instructions to Offerors Attach#1 Synopsitation COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a FFP for commercial items, i.e. Crash Fire Training Facility Training (1 base year with 2 one year options), as described in the Statement of Work. Period of performance is 1 base year with 2 one year options. The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factors; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Synopsitation Number: FA8601-19-R-0003 NAICS Code: 561210 Small Business Size Standard: $38,500.00, 100% Total Small Business Set-Aside Synopsitation Closing Date: Proposals must be received not later than 1:00 pm, EST, on 02 November 2018. Send Proposals To: AFLCMC/PZICC Attn: Lt. Allison Hughes 1940 Allbrook Drive WPAFB OH 45433-5344 Submit electronic proposals via e-mail to: allison.hughes@us.af.mil Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-18-R-0095." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to Lt. Allison Hughes at (937) 522-4555 or via e-mail at allison.hughes@us.af.mil A detailed description of the requirement including the solicitation document with line items, delivery schedule, period of performance, inspection and acceptance information, other terms and conditions, provisions and clauses, representations and certifications, specific instructions for submission of proposals,an explanation of how proposals will be evaluated, statement of work, and wage determination;, are provided in the attached documents. Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO CONTRACTORS : All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3(Alt 1), Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3(Alt 1) fill-in must be completed and returned with quote. This can be accomplished by registering in SAM at https://sam.gov and completing the Online Representations and Certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-19-R-0003/listing.html)
 
Place of Performance
Address: 1450 Littrell Rd., Wright-Patterson Air Force Base, Ohio, 45433-5209, United States
Zip Code: 45433-5209
 
Record
SN05116367-W 20181006/181004231049-f662cc386c3555a33a06b8bb046a29aa (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.