SOLICITATION NOTICE
J -- AIRCRAFT WASH AND CORROSION CONTROL SERVICES
- Notice Date
- 3/26/2020 11:57:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA2517 21 CONS PETERSON AFB CO 80914-1192 USA
- ZIP Code
- 80914-1192
- Solicitation Number
- FA2517-20-Q-0005
- Response Due
- 3/30/2020 9:00:00 AM
- Archive Date
- 04/14/2020
- Point of Contact
- Valerie Cuevas, Phone: 7195567585, Sharon Boston, Phone: 7195564796
- E-Mail Address
-
valerie.cuevas@us.af.mil, sharon.boston@us.af.mil
(valerie.cuevas@us.af.mil, sharon.boston@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 2: Offeror quote due date extended to 30 March 2020�due to COVID-19 Challenges. Amendment 1: A change was made for POC, for any questions or concerns please contact Valerie Cuevas at (719) 556-7585 or email Valerie.cuevas@us.af.mil. If any questions were asked prior to 18 March 2020, please forward your message over to Valerie Cuevas for a response. Contractor must provide a Mission Essential plan IAW CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES (OCT 2010) ����� (a)� Definitions.� As used in this clause� ������������� (1)� �Essential contractor service� means a service provided by a firm or individual under contract to DoD to support mission-essential functions, such as support of vital systems, including ships owned, leased, or operated in support of military missions or roles at sea; associated support activities, including installation, garrison, and base support services; and similar services provided to foreign military sales customers under the Security Assistance Program.� Services are essential if the effectiveness of defense systems or operations has the potential to be seriously impaired by the interruption of these services, as determined by the appropriate functional commander or civilian equivalent. ������������� (2)� �Mission-essential functions� means those organizational activities that must be performed under all circumstances to achieve DoD component missions or responsibilities, as determined by the appropriate functional commander or civilian equivalent.� Failure to perform or sustain these functions would significantly affect DoD�s ability to provide vital services or exercise authority, direction, and control. ����� (b)� The Government has identified all or a portion of the contractor services performed under this contract as essential contractor services in support of mission essential functions. �These services are listed in attachment __, Mission-Essential Contractor Services, dated __________. ����� (c)(1)� The Mission-Essential Contractor Services Plan submitted by the Contractor, is incorporated in this contract. ������������� (2)� The Contractor shall maintain and update its plan as necessary.� The Contractor shall provide all plan updates to the Contracting Officer for approval. ������������� (3)� As directed by the Contracting Officer, the Contractor shall participate in training events, exercises, and drills associated with Government efforts to test the effectiveness of continuity of operations procedures and practices. ����� (d)(1)� Notwithstanding any other clause of this contract, the contractor shall be responsible to perform those services identified as essential contractor services during crisis situations (as directed by the Contracting Officer), in accordance with its Mission-Essential Contractor Services Plan. ������������� (2)� In the event the Contractor anticipates not being able to perform any of the essential contractor services identified in accordance with paragraph (b) of this section during a crisis situation, the Contractor shall notify the Contracting Officer or other designated representative as expeditiously as possible and use its best efforts to cooperate with the Government in the Government�s efforts to maintain the continuity of operations. ����� (e)� The Government reserves the right in such crisis situations to use Federal employees, military personnel or contract support from other contractors, or to enter into new contracts for essential contractor services. ����� (f)� Changes.�The Contractor shall segregate and separately identify all costs incurred in continuing performance of essential services in a crisis situation.� The Contractor shall notify the Contracting Officer of an increase or decrease in costs within ninety days after continued performance has been directed by the Contracting Officer, or within any additional period that the Contracting Officer approves in writing, but not later than the date of final payment under the contract.� The Contractor�s notice shall include the Contractor�s proposal for an equitable adjustment and any data supporting the increase or decrease in the form prescribed by the Contracting Officer.� The parties shall negotiate an equitable price adjustment to the contract price, delivery schedule, or both as soon as is practicable after receipt of the Contractor�s proposal. ����� (g)� The Contractor shall include the substance of this clause, including this paragraph (g), in subcontracts for the essential services. (End of clause) (i) Solicitation FA2517-20-Q-0005 is for Aircraft Wash and Corrosion Control. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-O0001, dated 21 November 2019. (iii) This contract is being solicited as 100% small business set-aside. The North American Industry Classification System (NAICS) code for this requirement is 488190, Other Support Activities for Air Transportation with a size standard not to exceed $35 million. A contract will result after evaluation of offers. The contract shall be established for a 5 year/60-month period. Services will be paid via the Government Purchase Card (GPC). (iv) The following is a list of contract line item number(s) and items: CLIN 0001 - Scheduled C-130 Services (16) per year, every 180 days. CLIN 0002 � Unscheduled Special Events (4 est.) per year (v) Description of Requirement: The services obtained for this BPA are wash services for 302d Airlift Wing (AW) PAFB, CO possessed aircraft. The current wash cycle is every 180 calendar days for assigned C-130 aircraft.� Unscheduled special events include washes prior to Isochronal Inspection and other unscheduled maintenance. Wash and corrosion control will be in accordance with the Performance Work Statement (PWS), dated 2 March 2020. An optional sight visit is scheduled for 17 March 2020 from 1000 to 1100 MT. Participants will meet at Building 210, Room 206 at 1000 MT. If planning to attend, please send your name and phone number to sharon.boston@us.af.mil and cody.mclaughlin.1@us.af.mil as soon as possible but not later than 10 AM on 12 March 2020. (vi) Period of performance is 1 April 2020 � 31 March 2025.� (vii) Provision FAR 52.212-1 � Instructions to Offerors � Commercial Items, applies to this acquisition.� (viii) FAR 52.212-2 � Evaluation � Commerical Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, past performance and price considered. Award will be made using a Past Performance Tradeoff (PPT) approach, IAW FAR 13.106-2(b)(4)(ii). The following factors shall be used to evaluate offers: Factor 1: Past Performance Volume 1 � Past Performance: The purpose of the past performance evaluation is to allow the Government to assess the offeror�s ability to perform the effort described in the PWS, based on the offeror�s demonstrated past performance. The Contracting Officer shall evaluate recent and relevant performance information based on the Offeror�s Past Performance submission. Past performance shall be evaluated based on recency and relevancy and will be rated as �Exceptional�, �Satisfactory� or �Unsatisfactory�. Recency - For the purposes of this evaluation, Recency is defined as work completed or ongoing during the 3 years prior to the solicitation issuance date. After evaluation for Recency, the Government will assign a rating of Recent or Not Recent. Relevancy - For the purpose of this evaluation, Relevant is defined as a present or past performance effort involving similar scope and magnitude of effort as this solicitation. Not Relevant is defined as present or past performance effort involving little or none of the scope and magnitude of effort as this solicitation. After evaluation for Relevancy, the Government will assign a rating of Relevant or Not Relevant. Past Performance Ratings � See Table 1 below� Table 1. Past Performance Ratings Rating Definition Exceptional The contractor�s Past Performance submission meets contractual requirements and exceeds performance requirements to the Government�s benefit. Satisfactory (S) The contractor�s Past Performance submission meets contractual requirements and meets performance requirements. Unsatisfactory (U) The contractor�s Past Performance submission does not meet contractual requirements.� Offeror shall provide references of prior experience with washing large aircraft (defined as having an empty weight of over 75,000 lbs) that have a flat paint scheme, federal color number 36173, preferably U.S. military aircraft.� Offeror shall provide references with equal or similar cleaning standards established in the PWS. Past performance information may be obtained from established systems such as the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; and may be obtained from other sources available to the Government, such as the Defense Contract Management Agency; and interviews with Program Managers, Contracting Officers, Fee Determining Officials. Factor 2: Price Volume 2 � Price: Offerors shall submit Attachment 2, Contractor Submittal Form Price will be evaluated in order to determine if it is reasonable in accordance with FAR 13.106-3. Offers should be sufficiently detailed to demonstrate their reasonableness. Selection Process: � The Government will first evaluate all submissions to ensure the submission complies with all material aspects of the solicitation thereby being determined as either �Responsive� or �Non-Responsive.� �Responsive submissions will then be submitted for Past Performance Evaluation to determine ratings of �Exceptional�, �Satisfactory� or �Unsatisfactory.� Price will be evaluated to determine if the offer is reasonable in accordance with FAR 13.106-3.� Offerors whose price is determined to be incomplete or unreasonable may not be considered for award of the BPA. The Government will make an integrated assessment best value award decision to determine which offer represents the best value to the Government. (ix) FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items � The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. � FAR 52.212-4 � Contract Terms and Conditions � Commercial Items applies. � (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies. See Attachment 3 for full text. (xii) Additional Contract Requirements and/or Terms and Conditions See Attachment 3 for applicable provisions and clauses. (xii) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request. (xiii) If you have any questions, please submit them in writing no later than 10 AM MT, Thursday, 19 March 202020. Attachment 2 � Contractor Submittal Form must be fully completed and submitted. Submissions are due via e-mail not later than 10 AM MT, Thursday, 26 March 2020. All Submissions and questions (if applicable) shall be submitted to valerie.cuevas@us.af.mil and sharon.boston@us.af.mil. ����������� Attachments:� Performance Work Statement dated 2 March 2020 Contractor Submittal Form Terms and Conditions WD 2015-5417 (rev 13) 16 Sep 2019
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8f381349ae064b32ad502a0d0b5de33e/view)
- Place of Performance
- Address: Colorado Springs, CO 80914, USA
- Zip Code: 80914
- Country: USA
- Zip Code: 80914
- Record
- SN05601272-F 20200328/200326230144 (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 |