SOLICITATION NOTICE
J -- MacDill AFB - Aircraft Wash Contract
- Notice Date
- 2/6/2020 3:26:14 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA4814 6 CONS PK TAMPA FL 33621-5119 USA
- ZIP Code
- 33621-5119
- Solicitation Number
- FA481420TF0015
- Response Due
- 2/17/2020 12:00:00 PM
- Archive Date
- 03/17/2020
- Point of Contact
- Forrest Browne, Phone: 813-828-1758, Melissa Biggar, Phone: 8138287492
- E-Mail Address
-
forrest.browne@us.af.mil, melissa.biggar@us.af.mil
(forrest.browne@us.af.mil, melissa.biggar@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Template B: Combined Synopsis/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 Request for Quote (RFQ) number FA481420TF0015 shall be used to reference any written quote provided under this RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01; Effective 1 Nov 2019. This is a set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 488190 with a size standard of $35M. The purpose of this combined synopsis and solicitations for the purchase and delivery of Aircraft Wash Services in accordance with the attached Performance Work Statement (PWS). The bid schedule and contract CLIN schedule are below Item Description CLIN Year QTY Unit Price Cost 1001 Base Year 12 months 1002 Preperformance conference 1 EACH Will be paid at $500.00 2001 Option Yr 1 12 months 3001 Option Yr 2 12 months 4001 Option Yr 3 12 months 5001 Option Yr 4 12 months Total Cost 6001 6 month extension 6 month extension $ The 6th month extension should be priced in accordance with option yr 4 pricing. ** ALL CLINS: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide KC-135 Aircraft Washing with Corrosion Prevention Services for MacDill Air Force Base in accordance with the Performance of Work Statement dated 1 December 2019. Period of Performance for the base year: 27 March 2020 � 26 March 2021. Wage Determination 2015-4572 , Revision 10 dated 16 September 2019 applies to this acquisition *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018) applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows: �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows: �The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote.� RFQ due date: __17 February 2020__ RFQ due time: 3:00 P.M. EST Mail to: Attention Forrest Browne/Melissa Biggar 2610 Pink Flamingo Av, Bld 147 MacDill AFB FL 33621 Quotes must be submitted on a C.D., no USB or Paper Submissions will be considered for award due to the number of submissions expected and the amount of information required. QUOTES MUST BE MAILED TO THE RECIPIENTS AND ADDRESS LISTED ABOVE. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. QUOTES RECEIVED AT ANY TIME AFTER THE RFQ CLOSING TIME/DATE WILL BE CONSIDERED NONRESPONSIVE. All questions regarding this RFQ must be email to Forrest Browne or Melissa Biggar_by 1:00 P.M. EST 31 January, 2020. FORREST.BROWNE@US.AF.MIL or MELISSA.BIGGAR@US.AF.MIL Please provide the following information with your quote: Company Name: ____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (a) The Government will award a contract resulting from this RFQ to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: See Attachment: Attachment 2 Evaluation Factors. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.225-18 � Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Aug 2018) (a) Definitions. As used in this clause� �Manufactured end product� means any end product in Federal Supply Classes (FSC) 1000- 9999, except� (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly� (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2019), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2019), additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR clause at 52.217-5 Evaluation of Options (July 1990)--Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). See attachment titled CLS CLAUSES for applicable clauses. In addition, the government may further extend the performance period for up to six months under FAR 52.217-8. The Government reserves the right to pay for services with the Government Purchase Card at no additional cost. The full text of these clauses and (*) provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments: : Attachment 1 PWS Performance Work Statement : Attachment 2 Evaluation Factors : Attachment 3 CLS Clauses : Attachment 4 Wage Determination 2015-4572 : Attachment 5 AFFARS Clauses Approved by the Contracting Officer ___________________________________________
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d879c287c68d46c3b48fc9506bab90de/view)
- Place of Performance
- Address: Tampa, FL 33608, USA
- Zip Code: 33608
- Country: USA
- Zip Code: 33608
- Record
- SN05553498-F 20200208/200206230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |