Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
MODIFICATION

R -- Transient Aircraft Services

Notice Date
6/29/2007
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4621-07-R-0001
 
Response Due
2/23/2007
 
Archive Date
12/31/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing announces the projected solicitation for the transient aircraft services requirements on McConnell AFB, Kansas 67221. This office anticipates posting the request for proposals on or about 6 July 2007. Anticipated workload consists of providing all personnel, equipment (vehicles), supervision and other items and services necessary for transient aircraft services to include but not limited to transient aircraft management, arrival, processing, and departure services for transient aircraft at McConnell AFB. The scheduled hours are 0700-2000, M-F, 0800-1800 on Saturday and 0800-1700 on Sunday. Transient Aircraft will be serviced outside of those hours as the need arises. North American Industrial Classification System (NAICS): 488190. Small Business Size Standard: $6,500,000.00. The Government contemplates issuing a 100% set-aside for a Service Disabled Veteran Owned Small Business (SDVOSB) Request for Proposal (RFP) with Price-Performance Trade-Off (PPTO) evaluation factors. The RFP shall solicit for the award to a single SDVOSB using a Firm Fixed Price (FFP), Requirements Type contract on or about 31 Aug 2007. Services shall be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items. The expected award shall consist of one base period of performance (1 year, 1 Oct 07 through 30 Sep 08) and may include up to four optional periods of performance (each 1 year in duration, following the Federal Fiscal Year Calendar and running consecutively from the expiration of the base period of performance). There is no guarantee that any optional periods of performance may be exercised. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Performance Work Statement, the Department of Labor Wage Determination and the Past and Present Performance Questionnaire, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fedbizopps.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package, which should be on or about 6 July 2007, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on CCR and ORCA registrations can be obtained at their respective web sites: http://www.ccr.gov and http://orca.bpn.gov. No response to this announcement is required. The government will not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/proposal preparation costs. Per AFFARS 5352.201-9101 (10 AUG 2005) the following applies: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Place of Performance
Address: Flight Line, 53435 Kansas Ct (Bldg 1110), Room 2,, McConnell AFB, Kansas,
Zip Code: 67221-3720
Country: UNITED STATES
 
Record
SN01331640-W 20070701/070629231106 (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 |
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.