Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2020 SAM #6833
MODIFICATION

V -- Helicopter Support Services

Notice Date
8/12/2020 4:35:56 PM
 
Notice Type
Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M67399-20-Q-0045
 
Response Due
9/14/2020 9:00:00 AM
 
Archive Date
09/29/2020
 
Point of Contact
April McNellie, Phone: 7608305125, Patrick L. Doyle, Phone: 7608305115
 
E-Mail Address
april.mcnellie@usmc.mil, patrick.doyle@usmc.mil
(april.mcnellie@usmc.mil, patrick.doyle@usmc.mil)
 
Description
Rotary wing transportation and operational services are required to transport maintenance personnel, parts, equipment and shelters to the remote relay communication sites�aboard the Marine Air Ground Task Force Training Center (MAGTFTC)/Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms, CA.��Contractor shall provide aircrew, ground personnel, supplies, ancillary support services and equipment to perform dedicated and/or ad hoc Federal Aviation Regulation 135 airlift operations (at both military and commercial airports/airfields/landing zones).� Operations include the movement of passengers and cargo (or combination thereof), sling-load cargo operations and/or related services.� All phases of this project are anticipated to take 63 working days to complete (11/30/2020 � 02/12/2021), 74 calendar days. Projected schedule for Light Lift Rotary Wing: PROJECT PHASE��������������������� START to END DATES������������������� TOTAL WORKING DAYS Mobilization Date: �������������������� 11/30/2020 to 11/30/2020����� ���������� 1������������� ������ ������� � Site Development Phase: ��������� 12/01/2020 to 02/ 11/2021���������������� 61���������� Demobilization Date: ��������������� 02/12/2020������������������������������������������ 1 Projected schedule for Medium Lift� Rotary Wing: PROJECT PHASE��������������������� START to END DATES������������������� TOTAL WORKING DAYS Mobilization Date: �������������������� 11/30/2020 to 11/30/2020����� ���������� 1������������� ����� Site Prep Phase: ������������������������� 12/01/2020 to 12/03/2020���������������� 3������������� Demobilization Date: ��������������� 12/04/2020������������������������������������������ 1 � Mobilization Date:����� �������������� 01/19/2021 to 01/19/2021 ��������������� 1����������������������������� Tower Installation Phase: �������� 01/20/2021 to 01/22/2021���������������� 3����������������������������� Demobilization Date: ��������������� 01/23/2021������������������������������������������ 1 � Projected schedule for Heavy Lift Rotary Wing: PROJECT PHASE��������������������� START to END DATES������������������� TOTAL WORKING DAYS Mobilization Date: �������������������� 12/17/2020 to 12/17/2020 ����� �������� 1������������� ������ ������� Container Installation Phase: �� 12/18/2020 to 12/23/2020���������������� 6����������������������������� Demobilization Date: ��������������� 12/24/2020������������������������������������������ 1 � Notes: 1.� All dates provided are estimates. 2. Mobilization/Demobilization dates can shift with the period of performance, 30 November 2020-12 February 2021.� Project is not expected to run past 12 February 2021. Quotes shall be complete, and be organized into the following parts: Volume I � Price Proposal, Volume II � Technical Proposal, and Volume III � Past Performance.� Quotes shall include a Cover Sheet and, if applicable, Teaming Arrangement/Joint Venture Documentation. At a minimum, quotes must include the following to be eligible for award: 1. Cover Sheet with the following information: 1.1 Time specified in the solicitation for receipt of quotes: Monday, September 14, 2020 09:00 AM (PST). 1.2 Company name; 1.3 Company address and remit to address if different than mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 481211 in System for Award Management; 1.11 Acknowledge Solicitation Amendments, if applicable; 2. Volume I: Price Proposal and any discount terms with the following information: 2.1 Submit the Standard Form (SF) 1449, with blocks 12, 17a and b, and 30a through c completed with an original, authorized signature and the Contract Clauses section filled-in; 2.2 Quoters shall submit pricing on the CLINS/Schedule of the SF1499 solicitation.� If submitting a partial quote, the quoter shall state �no bid� in lieu of pricing for each CLIN that is not quoted. 2.3 Submit a copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)(2) for those representations and certifications that the quoter shall complete electronically); and 2.4 If applicable, submit all pages of each solicitation amendment(s) (SF 30) with the original solicitation documents, signed by the same official authorized to sign the SF 1449. 2.5 Pricing shall annotate the unit price under each CLIN respectively.� The annotated unit price multiplied by the quantity shall equal the total amount for each CLIN.� Quoted unit pricing shall be stated in no more than 2 decimal places.� Any price quote containing unit pricing exceeding two (2) decimal places will be deemed an incomplete submission. 3. Volume II: Technical Proposals shall include the following: (1) Technical Approach.� Submit your technical proposal with the following information: 3.1 Part 1: Technical Approach 3.1.1 Evidence of DoD CARB-approval for rotary wing operations, 3.1.2 Proposed CARB-approved aircraft specifications (primary and alternate aircraft); 3.1.3 List of aircrew members� qualifications; and 3.1.4 Narrative on how quoter will accomplish the delivery schedule for each CLIN quoted in accordance with the PWS. 4.� Volume III:� Past Performance Proposal with the following information: 4.1� Submit a list of no more than three (3) recent and relevant contracts performed for Federal agencies or commercial customers that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the PWS for this solicitation.� Any past performance references in excess of the first three submitted will not be evaluated. 4.1.1� RECENT.� The definition of recent as related to this solicitation includes performance within the last three years from the issue date of this solicitation; 4.1.2� RELEVANCE.� Quoters shall identify what elements of each contract are deemed relevant to this solicitation.� Definitions of relevancy are as follows: 4.1.2.1� RELEVANT.� Present/past performance effort involved similar scope and magnitude of effort as the requirement detailed in this solicitation; and 4.1.2.2� NOT RELEVANT.� Present/past performance effort involved little or none of the scope and magnitude of effort as the requirement detailed in this solicitation. 4.2� Submit the following information for each contract submitted for past performance evaluation: 4.2.1� Company/Division name; 4.2.2� Product/Service; 4.2.3� Contracting Agency/Customer; 4.2.4� Contract Number; 4.2.5� Contract Dollar Value; 4.2.6� Period of Performance; 4.2.7� Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 4.2.8� Comments regarding compliance with contract terms and conditions; and 4.2.9� Comments regarding any known performance deemed unacceptable by the customer or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. 5. Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors.� A partial quote (e.g. not quoting for all CLINs) is an acceptable submission and may be considered fully responsive if all other instructions are followed.� Failure to meet a requirement of the solicitation will result in a quote being excluded from consideration. However, quoters may provide an alternate means of performance in accordance with FAR 52.204-22.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/863696af71e74122b101914776792a8c/view)
 
Place of Performance
Address: Twentynine Palms, CA 92278, USA
Zip Code: 92278
Country: USA
 
Record
SN05754187-F 20200814/200812230140 (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 |
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.