SOLICITATION NOTICE
J -- Aircraft Wash
- Notice Date
- 3/4/2020 10:44:58 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- W7MX USPFO ACTIVITY CAANG 146 PORT HUENEME CA 93041-4011 USA
- ZIP Code
- 93041-4011
- Solicitation Number
- W50S75-20-Q-0001
- Response Due
- 4/7/2020 10:00:00 AM
- Archive Date
- 04/22/2020
- Point of Contact
- Steve Sisneros, Phone: 8059867971, Jennifer L. Jackson-Garcia, Phone: 8059867970
- E-Mail Address
-
steven.a.sisneros2.mil@mail.mil, jennifer.l.jacksongarcia.mil@mail.mil
(steven.a.sisneros2.mil@mail.mil, jennifer.l.jacksongarcia.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION����� 1.� 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; quotes are being requested and a written solicitation will not be issued. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available 146 MSG/MSC intends to utilize this Request for Quote (RFQ), under solicitation number W50S75-20-Q-0001, to award a Firm Fixed Price (FFP) type contract for the services to support the Channel Islands Air National Guard Station (CIANGS), C-130 Aircraft Corrosion Prevention Services. The Government intends to award one contract to the responsible offeror whose offer represents the Best Value to the Government. However, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. This document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2020-01, Defense Acquisition Circular DPN 20190531, and Army Federal Acquisition Regulation Supplement Revision #28. This requirement is being solicited 100% small business set-aside. The NAICS code for this acquisition is 488190 and the Small Business size standard is $35,000,000.00.� All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. See the attached CLIN Structure Price Sheet (Attachment 1) in accordance with FAR 12.603(c)(v) The Period of Performance for this requirement including options is 30 June 2020 � 29 June 2025. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, or ensure the Representations and Certifications are updated at www.sam.gov. FAR 52.212-1, Instructions to Offerors � Commercial Items, FAR 52.212-4, Contract Terms and Conditions � Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, apply to this solicitation and are listed in Attachment 2. Attachment 2 identifies the applicable clauses and provisions to this RFQ. All clauses and provisions may be found in full text at the following site: https://www.acquisition.gov. 2. Description of Requirement � The purpose of this requirement is to provide all personnel, equipment tools, materials, supervision and other items and services necessary to perform C-130 Aircraft Corrosion Prevention Services at Channel Islands Air National Guard (CIANG), CA. (see Attachment 3, PWS). 3. Basis for Award - The Government intends to award without discussions one firm fixed price (FFP) contract for the acquisition of Aircraft Corrosion Prevention Services, multiple CLINs (Attachment 1). All interested parties must quote on CLINs 0001, 0002, 1001, 2001, 3001, and 4001 to be considered a complete quote. Award will be made to the lowest price responsible offeror. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without discussions unless discussions are deemed to be necessary.� 4.� Best Value Evaluation.� For this procurement, the Best Value determination will be made as Lowest Price Responsible Offeror.� The following factors will be used to evaluate offers:� A) Price and B) Past Performance. The following process will be followed: ����� A.� Total evaluated price (TEP) will be determined by multiplying the quantities identified in the price sheet by the proposed unit price for each Contract Line Item Number (CLIN).� The TEP is a two-part computation. First, the offeror�s total proposed price will be determined by multiplying the quantities identified in the Price Proposal Worksheet by the unit price, limited to two decimal places, for each CLIN to confirm the extended total amount for each CLIN; the sum of all extended amounts will be the offeror�s total proposed price. Second, the total proposed price (total amount for CLINs 0001, 0002, 1001, 2001, 3001, and 4001) plus the sum of Option to Extend Services clause 52.217-8, formula (shown below) will constitute the TEP. The formula for the Option to Extend Services amount is as follows: Base Year = CLIN Unit Amount x 6* Option Year 1 = CLIN Unit Amount x 6* Option Year 2 = CLIN Unit Amount x 6* Option Year 3 = CLIN Unit Amount x 6* Option Year 4 = CLIN Unit Amount x 6* Evaluation of option prices will not obligate the Government to exercise options. ����� B. Past Performance: The Government will determine acceptability based on either Contractor Performance Assessment Reporting System (CPARS) ratings, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) or from other sources (if necessary). Recency of past performance is determined by work completed within the past three (3) years. If an offeror has no recent or relevant past performance, past performance will be treated as neutral, resulting in an acceptable rating.�� 5.� Service Contract Labor Standards (SCLS) - The SCLS applies to this contract.� Escalation of SCLS components is in violation of FAR 52.222-43(b) �the Contractor warrants that the prices in this contract do not include any allowance for any contingency to cover increased costs for which adjustment is provided under this clause�. The wage determination will be provided at the time of award based on the successful offerors place of performance.� 6.� Additional Instructions to Offerors. Vendors shall respond to this RFQ via email by 7 April 2020 at 1000 hours (10:00 am) Pacific Standard Time (PST).� All quotes should be sent to the Contracting Officer, Steve Sisneros, at steven.a.sisneros2.mil@mail.mil and Jennifer Jackson Garcia at jennifer.l.jacksongarcia.mil@mail.mil before the due date and time specified.� Any quote, modification, or revision of a quote received after the exact time specified for receipt of quotes is �late� and shall not be considered. All offers must list DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov.� Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer.� If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. 7.� Questions.� All questions regarding the RFQ package must be submitted to the above e-mail addresses by 16 March 2020 at 0900 (9:00 am) Pacific Standard Time (PST).� Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. 8.� Organizational Conflicts of Interest: All offerors shall identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 9.� Notice to Offerors:� The Government reserves the right to cancel this RFQ, either before or after the closing date.� In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.� Submitted offers shall be valid for 60 days after the closing date of the RFQ.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0d173d92ee9944dfa64d5418462de1a4/view)
- Place of Performance
- Address: Port Hueneme, CA 93041, USA
- Zip Code: 93041
- Country: USA
- Zip Code: 93041
- Record
- SN05579287-F 20200306/200304230142 (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 |