Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

U -- Flying Hours (close air support) - Combined Synopsis

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
FA5613-10-R-0020
 
Archive Date
8/31/2010
 
Point of Contact
Svetlana Allendorf, Phone: 011496315366885, Margaret Altmeier, Phone: (49) 631 536 6525
 
E-Mail Address
Svetlana.Allendorf@ramstein.af.mil, margaret.altmeier@ramstein.af.mil
(Svetlana.Allendorf@ramstein.af.mil, margaret.altmeier@ramstein.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement for Flying Hours Combined Synopsis/Solicitation (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number: FA5613-10-R-0020 issued as a request for proposal (RFP). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. (iv) Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 611512 (v) The 700 CONS/LGCA Support Flight has a requirement to purchase the following items: CLIN 0001 Non-personal services to provide flying hours (close air support) Quantity 200 hours (vi) Description of requirements/specifications for the items to be acquired: Flying during day and night in support of the United States Air Force in Europe (USAFE) Air Ground Operations School (AGOS) and 4 Air Support Operations Group (ASOG) according with attached Performance Work Statement (PWS). (vii) The primary place of performance and acceptance will be Kaiserstrasse 84, Einsiedlerhof, 67661 Kaiserslautern, Germany Non-U.S. 67661 The secondary place of performance and acceptance will be 100km radius centering on the city of 92224 Amberg, Germany, At the Grafenwoehr and Hohenfels training ranges The tertiary place of performance and acceptance will be 100km radius centering on 48527 Nordhorn, Germany All offerors must quote FOB Destination, Kaiserstrasse 84, Einsiedlerhof, 67661 Kaiserslautern, Germany, Amberg 92224, Germany, Grafenwoehr/Hohenfels training ranges, Germany, and Nordhorn D-48527, Germany. Required Period of Performance: 09 August 2010 through 08 August 2011 (viii) The following Clauses and Provisions apply to this requirement: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-1, ADDENDUM, Instructions to Offerors - Commercial Items This addendum replaces the below referenced paragraphs of clause 52.212-1 Instruction to Offerors - Commercial Items (June 2008) as follows: (b) (4) Technical Capability: (i) The Offeror shall provide a company's business plan which: a. Demonstrates an understanding of the support requirements in the customer environment and an ability to provide the expertise and experience to accomplish the required tasks as listed in the Performance Work Statement. b. Shows an ability to quickly respond to emerging long-term and short term support requirements. c. Explains how airplanes will meet the minimum close air support requirements. d. Explains how the contractor will attract and retain personnel with expertise, pilots with close air support experience and with the ability to fly training missions in support of Joint Attack Controller training (pilots' flight records, resumes, etc.) (i) The Offeror shall submit a copy of the following documents to be eligible for award: a. All current certificates and/or licenses required to lawfully perform in Germany. All certificates and/or licenses must be current at time of proposal and stay current throughout performance period. (b) (6) Price: Offerors shall submit a price proposal listing a unit price per flying hour including all additional costs. (i) EURO or US Dollar currency offers will be accepted. (b) (10) Past Performance: Offerors shall provide a listing of at least one, but not more than three, references of recent (within the past 3 years from the issuance date of the solicitation) and relevant (similar in scope (flying) and magnitude (hours)) contracts to include Point of Contact, Telephone Number, Email Address, Nature of Work, Annual Euro or Dollar Value, Contract Number, Location and Time Period involved. Any/all references received beyond the maximum number will not be evaluated. Similar in scope means the work accomplished was similar to our requirement (type flying). Similar in magnitude means the work must have been for similar number of flying hours as identified in the combined synopsis/solicitation. Each Offeror must send a Past Performance Questionnaire (PPQ) (the PPQ format can be requested via email to: svetlana.allendorf@ramstein.af.mil or chris.tucker@ramstein.af.mil) to the references of their cited contracts. Upon completion of the questionnaires, the questionnaires shall be returned directly from the references to the attention of Mrs. Svetlana Allendorf, Beschaffungsstelle der U.S. Luftwaffe, Am Opelkreisel, ROB, Bldg 164, D-67663 Kaiserslautern. Offerors will have the opportunity to address any negative performance information received that the Offeror has not already had the opportunity to address. Offerors should ensure questionnaires are submitted by referenced sources from at least one not to exceed three different contracts. The Government may also seek past performance information from other sources such as, but not limited to, the Past Performance Informational Retrieval System (PPIRS). (b) (11) The offeror shall prepare and submit the proposal as set forth in the Proposal Organization Table below. Proposal Organization SECTION SECTION TITLE PAGE LIMIT (NTE 25 pages in total) I Technical Capability Company's Business Plan All current certificates and/or licenses As Required II Price As Required III Past Performance 1 to 3 Page per Reference IV Other Submittals required to be eligible for an award: Representations & Certifications CCR & ORCA Registration As Required (i) Proposals should be submitted in type which is no smaller than 10 font, single-spaced, on plain white paper, with a maximum of 25 pages single-sided. The following is excluded from the page count: price schedule, completed FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, and acknowledgement of any amendments issued. Pages beyond the 25-page limitation will not be evaluated. (ii) Delivery of Offers a. Offerors may submit electronic offers in response to this solicitation. The offer must arrive by 16:30 Central European Time on 20Jul2010 to the following email address: svetlana.allendorf@ramstein.af.mil Offerors may call Svetlana Allendorf at +49-631-536-6885 to verify receipt of the offer. If the offeror chooses to email the offer, the Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. b. Offers may also be hand-delivered to the following address: 700th Contracting Squadron, Beschaffungsstelle der US Luftwaffe ATTN: LGCA, Mrs. Svetlana Allendorf or Mr. Chris Tucker Am Opelkreisel Rhine Ordinance Barracks (ROB), Bldg 164, Room 328 67663 Kaiserslautern Germany NOTE: Rhine Ordnance Barracks is an Army controlled installation. Delays at the gate will not be considered if offers are late. c. If the Offeror chooses to mail the offer via postal services, the Government will not be responsible for any non-receipt of the offer, or any failure of the Offeror to verify receipt of the mailed offer. d. Facsimile submissions will not be accepted. Questions shall be submitted in writing by email not later than 16:30 Central European Time on 14Jul2010 to svetlana.allendorf@ramstein.af.mil and margaret.altmeier@ramstein.af.mil. c) Period of acceptance of offers. The offeror agrees to hold the prices in its offer firm for 180 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the combined synopsis/solicitation. (ix) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest price technically acceptable (LPTA) offeror with satisfactory past performance. The following factors shall be used to evaluate offers: (1) Technical. The ratings applied to Technical Capability will be Acceptable, Reasonably Susceptible of Being Made Acceptable, or Unacceptable. The criteria is met when the Company's Business Plan: a. Demonstrates an understanding of the support requirements in the customer environment and the ability to provide the expertise and experience to accomplish the required tasks as listed in the Performance Work Statement. b. Shows an ability to quickly respond to emerging long-term and short-term support requirements. c. Explains how airplanes will meet the minimum close air support requirements. (Aircraft records and specifications) d. Explains how the contractor will attract and retain personnel with expertise: pilots with close air support experience, and with the ability to fly training missions in support of Joint Terminal Attack Controller training. (Pilots flight records, resumes, etc.) (2) Price. The offer will be evaluated on the total price. EURO or US Dollar currency offers will be accepted. The price will be evaluated for fair and reasonableness IAW FAR 15.305(a)(1). The stated exchange rate in AFFARS 5352.225-9004 applies. (3) Past Performance. Past Performance will be evaluated based on subjective assessment of how well the offeror performed on past, recent and relevant work. Offeror must receive a Satisfactory rating to be eligible to receive an award. This rating is based upon offeror-provided information indicating performance of flying (close air support) services as follows: Satisfactory: The offeror has provided information of satisfactory contract performance within the criteria outlined in 52.212-1(b) (10). Unsatisfactory: The offeror has failed to provide information of satisfactory contract performance within the criteria outlined in 52.212-1(b) (10). Unknown: No record of relevant past performance is available. If no past performance is available, the offeror will receive a "Neutral" rating and will not be eligible for award. The standard for a satisfactory past performance rating is met when the information submitted by the offeror and/or the information found by the government shows: a. Excellent safety records (Accident free and no loss of life). b. Close communication with customers. (i) The Past Performance information may be obtained from the following sources: (A) Reference List (B) Past Performance Questionnaires (C) Past Performance Information available from other sources such as Past Performance Information Retrieval System (PPIRS). (ii) Past Performance Questionnaire: The contracting officer will evaluate relevant performance information (PPQs) on the lowest priced offeror based on the references provided by the offeror and data independently obtained from other government and commercial sources. The assessment process will result in an overall performance rating of Satisfactory, Unsatisfactory, or Unknown. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history shall receive the rating "unknown", meaning the rating is treated neither favorably nor unfavorably. A "Satisfactory" past performance rating may be considered more advantageous to the Government than an "Unknown" rating. (4) Award Process: The Government will make award to the technically acceptable, lowest priced offeror with a Satisfactory past performance rating. The Government will first evaluate all proposals for technical acceptability. All technically acceptable or reasonably susceptible proposals will then be subject to past performance evaluation. If the lowest priced technically acceptable offeror's past performance is determined to be "Satisfactory", the evaluation process will stop and the award will be made to that offeror. If the lowest priced technically acceptable offeror's past performance is determined to be other than "Satisfactory", the Government will evaluate the past performance of the next lowest offeror that was rated "Acceptable" for Technical Capability. This process will continue, as needed, until an offeror is rated "Satisfactory" for Past Performance. This offeror will receive the award. If the lowest priced offer with "Satisfactory" past performance is rated "Susceptible to Being Made Acceptable" in Technical Capability, the Government reserves the right to open discussions to determine "Acceptability". (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Include a completed copy of the provision at 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with your offer or complete paragraph (j) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; additional FAR clauses cited in the clause are: FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Additional FAR clauses cited are: FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.203-12, Limitations on payment to Influence Certain Federal Transactions FAR 52.209-16, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.228-3, Workers' Compensation Insurance (Defense Base Act) (Apr 1984) FAR 52.229-6, Taxes - Foreign Fixed-Price Contracts; FAR 52.233-2, Service of Protest, (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 700CONS/LGCA, Unit 3115, APO AE 09021 or 700 Contracting Squadron/LGCA Am Opelkreisel, ROB, Bldg 164 D-67663 Kaiserslautern FAR 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil; FAR 52.242-13, Bankruptcy; DFARS.252.204-7003, Control of Government Personnel Work Product DFARS.252.209-7001, Disclosure of Ownership or Control by Government of a Terrorist Country; DFARS 252.212-7000, Offerors Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items; additional clauses cited in the in the clause are: FAR 52.203-3 Gratuities; DFARS 252.232-7003, Electronic Submission of Payment Requests; Waiver - The contractor is authorized to electronically submit invoice(s) via the Internet through Wide Area Workflow system at: https://wawf.eb.mil DFARS 252.222-7002, Compliance with Local Labor Laws (Overseas) DFARS 252.225-7005, Identification of Expenditure in the United States DFARS 252.225-7043, Antiterrorism Force Protection Policy for Defense Contractors outside the Unites States, (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQ AFSFC/SFPA; Phone: DSN 945-7035 / 36 or Commercial (210) 925-7035 / 36 DFARS 252.225-7041, English Correspondence; DFARS 252.225-7042, Authorization to Perform DFARS 252.229-7000, Invoices Exclusive of Taxes or Duties DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.229-7001 Alt 1 Tax Relief, VAT Rate is 19%; DFARS 252.232-7008, Assignment of Claims (Overseas) DFARS 252.233-7001 Choice of Law; AFFARS 5352.201-9101, Ombudsman; AFFARS 5352.225-9004, Submission of Offers in Other Than United States Currency. The rate of exchange that will be used for evaluation purposes is the official Fiscal Year 2010 Budget Rate of $1.00 = EURO 0.7737 The invoices should be submitted electronically via the Internet through Wide Area Workflow-Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Vendors can self-register at https://wawf.eb.mil and obtain computer based training at https://wawftraining.eb.mil. (xiii)Additional contract requirement(s) or terms and conditions: Reserved (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. (xv) All offers are due 20 July 2010 before 1630hrs Central European Time. Offers may be sent via email to svetlana.allendorf@ramstein.af.mil, or hand-delivered. (xvi) The Point of Contact for this requirement is: Svetlana Allendorf, telephone +49-631-536-6885, fax +49-631-536-8508, email svetlana.allendorf@ramstein.af.mil; or Margaret Altmeier, telephone +49-631-536-6525, email Margaret.Altmeier@ramstein.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/FA5613-10-R-0020/listing.html)
 
Place of Performance
Address: KAISERSTRASSE 84, EINSIEDLERHOF, 67661 KAISERSLAUTERN, GERMANY, NON-U.S. 67661, The secondary place of performance and acceptance will be, 100km radius centering on the city of 92224 Amberg, Germany, At the Grafenwoehr and Hohenfels training ranges, The tertiary place of performance and acceptance will be, 100km radius centering on 48527 Nordhorn, Germany, All offerors must quote FOB Destination, Kaiserstrasse 84, Einsiedlerhof, 67661 Kaiserslautern, Germany, Amberg 92224, Germany, Grafenwoehr/Hohenfels training ranges, Germany, and Nordhorn D-48527, Germany., Einsiedlerhof, Non-U.S., 67661, Germany
 
Record
SN02198870-W 20100709/100707235455-b595cb6a214707612dbaf40de6fe9708 (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  © 1994-2020, Loren Data Corp.