Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
MODIFICATION

Q -- FY12 Aeromedevac Services

Notice Date
11/15/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2021 Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
W911SG-12-R-A001
 
Response Due
11/18/2011
 
Archive Date
5/16/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W911SG-12-R-A001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The associated North American Industrial Classification System (NAICS) code for this procurement is 621910 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-11-18 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The U.S. Army ACC MICC Fort Bliss requires the following items, Meet or Exceed, to the following: LI 001, CLIN 0001, Base Year: The contractor shall provide all labor, transportation, equipment, parts and materials, and any other resources necessary to furnish emergency air ambulance transportation services in accordance with the Performance Work Statement (PWS). Period of performance is from 1 January 2012 to 31 December 2012. Contract Type: Firm Fixed Price (FFP)., 12, MO; LI 002, CLIN 0002, Contractor Manpower Report: Contractor must provide all of the information requested and in the required format, using the following web address https://cmra.army.mil for the purpose of capturing contractor and subcontractor manpower utilized during the performance of this contract. Information the contractor will need to complete reporting: UIC: W45C3C COMMAND: IMCOM FSC: V225. Contract Type: Firm Fixed Price (FFP)., 1, EA; LI 003, CLIN 0101, Option Year 1: The contractor shall provide all labor, transportation, equipment, parts and materials, and any other resources necessary to furnish emergency air ambulance transportation services in accordance with the Performance Work Statement (PWS). Period of performance is from 1 January 2013 to 31 December 2013. Contract Type: Firm Fixed Price (FFP)., 12, MO; LI 004, CLIN 0102, Contractor Manpower Report: Contractor must provide all of the information requested and in the required format, using the following web address https://cmra.army.mil for the purpose of capturing contractor and subcontractor manpower utilized during the performance of this contract. Information the contractor will need to complete reporting: UIC: W45C3C COMMAND: IMCOM FSC: V225. Contract Type: Firm Fixed Price (FFP)., 1, EA; LI 005, CLIN 0201, Option Year 2: The contractor shall provide all labor, transportation, equipment, parts and materials, and any other resources necessary to furnish emergency air ambulance transportation services in accordance with the Performance Work Statement (PWS). Period of performance is from 1 January 2014 to 31 December 2014. Contract Type: Firm Fixed Price (FFP)., 12, MO; LI 006, CLIN 0202, Contractor Manpower Report: Contractor must provide all of the information requested and in the required format, using the following web address https://cmra.army.mil for the purpose of capturing contractor and subcontractor manpower utilized during the performance of this contract. Information the contractor will need to complete reporting: UIC: W45C3C COMMAND: IMCOM FSC: V225. Contract Type: Firm Fixed Price (FFP)., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Bliss intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Fort Bliss is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Equipment must be in serviceable condition; all items must be covered under warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Base year plus two (2) option years. (Base) 1 January 2012 to 31 December 2012; (1st Option) 1 January 2013 to 31 December 2013; (2nd Option) 1 January 2014 to 31 December 2014. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (see attachment in full text), paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (see attachment in full text); 52.212-2 Evaluation - Commercial Items (see attachment in full text), see also Addendum; 52.217-5 Evaluation Of Options; 52.217-8 Option To Extend Services (see attachment in full text); 52.217-9 Option To Extend The Term Of The Contract (see attachment in full text); 52.222-42 Statement Of Equivalent Rates For Federal Hires (see attachment in full text); 52.222-50 Combating Trafficking in Persons; 52.228-5 Insurance - Work On A Government Installation; 52.237-1 Site Visit; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation; 52.242-13 Bankruptcy; 52.252-1 Solicitation Provisions Incorporated By Reference (see attachment in full text); 52.252-2 Clauses Incorporated By Reference (see attachment in full text); 52.253-1 Computer Generated Forms; DFAR Part 252.201-7000 Contracting Officer's Representative; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (see attachment in full text); 252.223-7004 Drug-Free Work Force; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.232-7003. 5152.209-4000 DOD Level I Antiterrorism (AT) Standards and 5152.233-4000 AMC-Level Protest Program. Please see attachment in full text. Contractor operations and aircraft must be Commercial Aircraft Review Board (CARB) certified; flight paramedics are licensed or certified by the Texas Department of State Health Services and are certified as Critical Care Paramedics (CCEMTP) or Flight Paramedics (FP-C) in accordance with the performance work statement. The vendor must be actively registered in the NAICS code of 621910 at the time of closing to be considered for award of any resulting contract. Failure to be properly registered at the time and date of closing will render the quote non-responsive. A site visit will be held at 8:30 a.m. MST, 24 October 2011. Please confirm attendance NLT 2:00 p.m., 21 October 2011 with names of all attendees. Must have own transportation to all sites. Meeting location will be at Mission Intallation Contracting Command Bldg 2021 Club Road, Fort Bliss TX, 79916. Questions concerning this quote must be submitted NLT 12:00 p.m. MST, 26 October 2011 to reasonably expect a response from the Government. Those questions not received within the prescribed date WILL NOT be considered. The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis, considering past performance. Technical acceptability includes past experience providing aeromedevac services and Commercial Airlift Review Board (CARB) Certification, must provide last three awarded contracts to include completed past performance questionnaire attachment for each contract; aircraft must meet or exceed requirements; and personnel and their medical qualifications/certifications, as specified in PWS. To be eligible for award, offerors must possess CARB certification for Air Ambulance services. Contract Type will be Firm Fixed Price (FFP). Anticipated award date is 31 December 2011. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations, additional attachments and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10810e0183deb0f0c96d402e4c380236)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02623653-W 20111117/111115234516-10810e0183deb0f0c96d402e4c380236 (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.