Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
MODIFICATION

Z -- AIRCRAFT FLEET SERVICES

Notice Date
12/20/2007
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8601-08-R-0005
 
Response Due
1/7/2008
 
Archive Date
2/9/2008
 
Point of Contact
Shelley Deardorff, 937-522-4604
 
E-Mail Address
Email your questions to shelley.deardorff@wpafb.af.mil;
(shelley.deardorff@wpafb.af.mil;)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001 - This amendment is being issued to extend the Past Performance Questionnaire due date to 7 JAN 08 AND to provide clarification for the Aircraft Fleet Serivce and Transcient Aircraft CLINs. ************************************************************************************ This is a combined synopsis/solicitation for the acquisition of non-personal services to provide Aircraft Fleet Servies, a commercial service to be procured for Wright-Patterson Air Force Base, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is FA8601-08-R-0005, North American Industry Classification System (NAICS) code 488190, Standard Industrial Classification (SIC) code 4581 (size standard $6.5M). The closing date for this solicitation is 1:00 P.M. (EST) on 7 January 2008. NOTE: A site vist will be conducted on 13 December 2007 at 1:00 pm. Please see Clause 5352.215-9001, Notice of Pre-Bid/Pre-Proposal Conference on page 34 of the Request for Proposal Document. All interested parties must provide a proposal by the time specified above to the Government in order to be considered for award under this acquisition. The Government reserves the right not to make any award. Contract financing shall not be provided for this acquisition. This acquisition will be competed using a written Request for Proposal (RFP). This acquisition will utilize the Performance Price Trade-Off (PPT) technique to make a best value award decision where, when combined, Mission Capability and Past Performance is approximately equal to price. The mission capability, past performance, and price volumes will be evaluated separately. Any offeror who does not submit a complete package consisting of all of the elements described in the Instructions to Offeror may automatically be considered non-responsive. Proposed acquisition is 100% set aside for small business concerns. Small business link is http://sba.gov. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 488190, Standard Industrial Classification (SIC) code 4581 (size standard $6.5M). Businesses providing proposals shall identify and address if they are a large, small, 8(a), woman owned, Hub Zone, or otherwise classified as a small disadvantaged business in their responses. The Government intends to award a contract with a 10 day phase-in/phase-out period. Proposal packages shall include all data and information requested and submitted in accordance with the instructions found under Instructions to Offeror attached to this solicitation. Offerors providing proposals shall comply with the Instructions to Offerors, FAR 52.212-1 and addendum thereto. Non-conformance with the instructions may result in an unfavorable proposal evaluation. All required elements of the Request for Proposal shall be submitted by the offeror with their proposal no later than 1:00 p.m. (EST) on 7 Jan 2008. Note that past performance questionnaires are also due no later than1:00 p.m. (EST) on 7 Jan 2008 to 88 CONS/PKBA, Attention: Shelley Deardorff, Contract Specialist, Area C, Building 1, Room 109, 1940 Allbrook Drive, Suite, 3 Wright-Patterson Air Force Base (WPAFB), OH 45433-5309, e-mail shelley.deardorff@wpafb.af.mil or fax 937-656-1412. E-mail and fax proposals are acceptable. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE PROPOSAL. All proposals submitted shall state they are valid for a period of no less than 90 days from the closing date of this solicitation. All Aircraft Fleet Services shall be in accordance with the attached Performance Work Statement dated 8 30 October 2007. A Firm Fixed Price type contract is anticipated with three line items. Acquisition includes four (4) option years effective 1 February ? 31 January in the follow-on years as stated in the CLIN descriptions. Offerors are advised that due to budgetary cuts within the Federal Government, some options may not be exercised. Therefore, the Government reserves the right not to exercise the option years. The quantities and units of issue for each CLIN can be found in the attached solicitation document. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-21, effective 7 November 2007 and Class Deviation 2005-o0001. NOTICE TO OFFERORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contracts to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. The winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Offerors shall be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423, Fax 1-703-696-0213. The website for CCR is http://www.ccr2000.com. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Complete proposal packages, including Price Proposal and Contract Data, Relevant Past and Present Performance, Mission/Technical Capability (if not previously submitted), Representations and Certifications, and Past Performance Questionnaires shall be submitted no later than 1:00 p.m. (EST) on 7 January 2008 to Ms. Shelley Deardorff, 88 CONS/PKB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Direct all other inquiries to Ms. Shelley Deardorff, (937) 522-4604, or via email at Shelley.Deardorff@wpafb.af.mil For more information on "AIRCRAFT FLEET SERVICES", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5487
 
Web Link
AIRCRAFT FLEET SERVICES
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5487)
 
Place of Performance
Address: Wright-Patterson AFB OH
Zip Code: 45433
Country: US
 
Record
SN01473983-W 20071222/071220225534 (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.