Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

U -- CAPSTONE: Multiple Full Mission Profile/ POI - Statement of Work Rev#1

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-14-Q-0051
 
Archive Date
8/26/2014
 
Point of Contact
Wiktor C. Kedzierzawski, Phone: 2292572053, William S. Harris, Phone: 229-257-3947
 
E-Mail Address
wiktor.kedzierzawski.pl@us.af.mil, william.harris.27@us.af.mil
(wiktor.kedzierzawski.pl@us.af.mil, william.harris.27@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work Rev#1 This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-14-Q-0051 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-75, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2012-0421. The North American Industry Classification System (NAICS) code is 611699; this acquisition will be 100% Service Disabled Veteran Owned Small Business set aside. The size standard is $11 Million. LINE ITEM 0001 Parachute Jump Training for 12 member team DESCRIPTION: Five (5) day training with six (6) jumps a day immediately followed by at least two (2) Full Mission Profiles (FMPs) over a course of two (2) additional days. Training shall be conducted in accordance with attached Statement of Work (SOW) QTY: 2 EA LINE ITEM 0002 Tactical Shooting Training for 12 member team DESCRIPTION: Five (5) day training immediately followed by at least two (2) FMPs over a course of two (2) additional days. Training shall be conducted in accordance with attached SOW QTY: 2 EA Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. 1. Technical Experience. In order for the experience to be considered similar in scope, offeror must submit certificates and resumes with at least two references to demonstrate that the experience involved is in accordance with section 2 of the SOW. 2. Technical Approach. Offerors must submit a Technical Approach with a comprehensive Plan of Instruction (POI) document explaining in detail how the offeror plans to meet the requirements of all 12 Performance Objectives listed in section 3 of the SOW. PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its offer firm for at least 30 calendar days from the date specified for receipt of quotes. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items. BASIS FOR CONTRACT AWARD 1. Award will be made based on the Lowest Price Technically Acceptable, meaning award will be made to the lowest evaluated priced proposal meeting or exceeding acceptability standards for non-price factors. 2. While the Government and the Contracting Officer will strive for maximum objectivity, the evaluation process, by its nature, is subjective and therefore, professional judgment is implicit throughout the entire evaluation process. 3. The government shall review the three (3) lowest priced proposals first. If all three (3) of these proposals are found to be technically acceptable, the lowest technically acceptable proposal will be selected as the apparent awardee. If any of these three (3) proposals are found to be technically unacceptable, then the government will continue to review the proposals from the next lowest priced proposal until three technically acceptable proposals have been found or all proposals have been reviewed for technical acceptability. Technical: Technical Rating: The technical rating provides an assessment of the offeror's Technical Approach and Technical Experience document, to determine whether the Government has a reasonable expectation that the offeror can provide services as defined in the SOW. The offeror will receive an Acceptable or Unacceptable rating as indicated in the following table: Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Technical Approach clearly meets the requirements of the PWS. Unacceptable Technical Approach does not clearly meet the requirements of the PWS. Past Performance: In assessing performance, the evaluator may: (1) use data obtained from Air Force automated Past Performance Data Bases (i.e. CPARS and PPIRS). (2) use data independently obtained from other sources; (3) rely upon personal business experience with the offeror; (4) consider any information the offeror submits which explains any problems encountered on the identified contracts and the offeror's corrective actions; The Government reserves the right to obtain and evaluate past/present performance information from any source it deems appropriate. Past performance will be rated on an "acceptable" or "unacceptable" basis using the table below. In the case of an offeror without a record of recent, relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror will be determined to have unknown past performance, and the contractor will be considered acceptable. An offeror may be given the opportunity to clarify certain aspects of their proposals (i.e. the relevance of an offeror's past performance information, as related to this acquisition, adverse past performance information to which the offeror has not previously had an opportunity to respond). Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) FORMERLY (CCR). Information concerning SAM requirements may be viewed via the internet at www.sam.gov or by calling the SAM Registration Centers at 866-606-8220. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Quoters that fail to furnish the required representation information via submission or reject the terms and conditions of the solicitation may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 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; Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23D CONTRACTING SQUADRON (LGCA) LOCATED AT 4380B ALABAMA ROAD, BLDG 932, MOODY AFB GA 31699 NO LATER THAN 01:00 P.M. E.S.T. ON 11 AUGUST 2014. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. Primary Point of Contact: A1C Wiktor Kedzierzawski, Email: wiktor.kedzierzawski.pl@us.af.mil Phone: 229-257-2053 AND Alternate Point of Contact: SSgt William Harris, Email: william.harris.27@us.af.mil Phone: 229-257-3947
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-14-Q-0051/listing.html)
 
Place of Performance
Address: 4380 Alabama Rd., Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN03440200-W 20140730/140728235019-7decb455e558901942a555c5227883ba (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.