MODIFICATION
R -- Logistics Support Services (LSS) - Solicitation 1
- Notice Date
- 10/26/2018
- Notice Type
- Modification/Amendment
- 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-0002
- Response Due
- 11/28/2018 3:00:00 PM
- Archive Date
- 12/13/2018
- Point of Contact
- Kelli M Locker, Phone: 9375224639, Gene G. Wollet, Phone: 9375224604
- E-Mail Address
-
kelli.locker@us.af.mil, gene.wollet@us.af.mil
(kelli.locker@us.af.mil, gene.wollet@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 8: Essential Contractor Services Information Attachment 7: LSS Pricing Matrix Attachment 6: Wage Determination CBA-2018-11530, Rev 1 Attachment 5: Wage Determination CBA-2018-11529, Rev 1 Attachment 4: Wage Determination CBA-2018-11528, Rev 1 Attachment 3: DD 254 DOD Contract Security Classification Specification Attachment 2: Wage Determination 2015-4731, Rev 6 Attachment 1: Performance Work Statement (PWS) FA8601-19-R-0002 Request for Proposals THIS IS OFFICIAL NOTIFICATION OF THE ISSUANCE OF A REQUEST FOR PROPOSAL (RFP). Solicitation Number: FA8601-19-R-0002 The United States Air Force, Wright-Patterson Air Force Base (WPAFB), Ohio 45433-5344 is soliciting for a firm-fixed price (FFP) contract for the following: Logistics Support Services (LSS) for the 88th Logistics Readiness Squadron (LRS) in the areas of 1) Materiel Management and 2) Maintenance for Transient Aircraft (TA) and Aerospace Ground Equipment (AGE). These commercial services will be performed at Wright-Patterson Air Force Base (WPAFB), other locations throughout the state of Ohio, and locations outside of the state of Ohio that are supported by WPAFB. The scope of work includes the furnishing of all labor, supervision, facilities, vehicles, equipment, tools, materials, and other items and services, excluding those owned by the Government and made available for the contractor's use, in order to successfully accomplish the Government requirement as detailed in the Performance Work Statement (PWS) attached to this solicitation. This will be a performance-based services acquisition for non-personal, commercial services. This requirement is a 100% Small Business Set-Aside (SBSA). The North American Industry Classification System (NAICS) code for this acquisition is 561210, Facilities Support Services, with a Small Business Size Standard of $38.5M. The Product/Service Code (PSC) is R706 - Support-Management: Logistics Support. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101, effective 26 October 2018, updated with Class Deviations 2018-O0018 and O0019. NOTICE OF SITE VISIT WPAFB will be conducting a Site Visit with regards to this solicitation on 08 November 2018. Please RSVP NLT 6 November 2018 by email. The details of the Site Visit are as follows: Date: 08 November 2018 Time: 8am - 11am Location: Please meet at the Hope Hotel Parking Lot outside WPAFB Area A, Gate 12A Attendees: Two (2) company representatives per contractor will be granted access. Participation in this Site Visit will be at no cost to the Government. All travel, lodging, and transportation arrangements will be at the expense of the contractor. Installation access to WPAFB and participation in this Site Visit must be coordinated through Kelli M. Locker and Gene Wollet, Contract Specialists, by 6 November 2018. Ms. Locker and Mr. Wollet's contact information is found below. Requests after that time will not be accepted. Participation in the Site Visit is not required in order for submission of an offer, and no preference will be given to participants. To participate in the Site Visit, contact both of the below Contract Specialists: Kelli M. Locker, 937-522-4639, kelli.locker@us.af.mil; and Gene Wollet, 937-522-4604, gene.wollet@us.af.mil. The following information shall be provided in order to obtain base access for the site visit: •- Names of all Visitors •- Driver's License Numbers of all Visitors •- State(s) of Issue (please be aware of the restrictions of the Real ID Act) •- Phone Numbers of all Visitors •- Email Addresses of all Visitors IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and to maintain active registration during the life of the contract. The SAM can be accessed at https://www.sam.gov/portal/SAM/#1. Any award resulting from this solicitation will include the clause at Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act (NDAA) of Fiscal Year 2001 requires any claims for payment (invoices) under Department of Defense (DoD) contracts to be submitted in electronic form. Wide Area Workflow (WAWF) is the DoD system of choice for implementing this statutory requirement. Use of the basic system and required trainings are at no cost to the contractor. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Please read the solicitation in its entirety before submitting a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-19-R-0002/listing.html)
- Place of Performance
- Address: WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN05135554-W 20181028/181026230352-addd5a45b98c5f60cb19f248fdf092ad (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 |