GENERAL STATMENT:
This is a combined synopsis/solicitation for commercial items issued by the 23d Contracting Squadron, Moody AFB, Georgia. This announcement constitutes the only solicitation being issued for the requirement described herein.
SOLICITATION INFORMATION
Solicitation Number: FA483019Q0022
[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)
REGULATION IDENTIFICATION:
This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03 Effective 12 Jun 2019.
NOTICE OF SMALL BUSINESS SET-ASIDE:
Set-aside Type
Small Business
NAICS Size Standard
611699/$11 MIL
LISTING/DESCRIPTION OF ITEMS:
CLIN # DESCRIPTION QTY UNIT
0001 - Instructor/Coach fees (5 instructors, 2x 6 days) 1 EA
0002 - AC Service (Twin Otter shared, slots) 1 EA
003 - Wind Tunnel Time (including tunnel gear) 1 EA
004 - Rigging Services (main packing, FAA riggers 2x 4 days) 1 EA
005 - DZ Operations (team0room, gear room, A/V equipment, etc.) 1 EA
006 - 4x4 with med gear, Quad w/ trailer (DZ) 1 EA
007 - Consumables 1 EA
Period of Performance:
Period of Performance
23 September 2019 - 5 October 2019
INSTRUCTIONS TO OFFERORS:
The provision at FAR 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition.
Addenda:
- Offerors must include proof of license stated in SOW section 1.3.1.4 to be considered for award.
- Quotes must be submitted in two volumes, one pricing and one technical.
EVALUATION OF OFFERS:
The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received.
The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate offers:
(1) Price
(2) Technical Acceptability
(a) In order for this quote to be considered "Technically Acceptable" it must meet all specification requirements in the Statement of Work dated 18 June 2019.
The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it's determined to be in the best interests of the Government.
OFFEROR REPRESENTATIONS AND CERTIFICATIONS:
Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with your quote.
- If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
- If offeror has not completed annual representations and certifications in SAM then paragraphs (c-u) need to be submitted.
CONTRACT TERMS & CONDITIONS:
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition.
REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:
The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Nov 2017), applies to this acquisition.
The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:
Clause Number Clause Title
FAR 52.219-28 Post Award Small Business Program Representation
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-1 Buy American--Supplies
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management
ADDIDTIONAL CONTRACT REQUIREMENTS:
(1) Offeror shall include all warranty requirements and documentation with quote.
(2) Offerors shall identify how long the quote is valid for.
Additional provisions and clauses applicable to this requirement:
Type Number Title
Clause FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
Provision FAR 52.204-7 System for Award Management
Clause FAR 52.204-13 System for Award Management Maintenance
Clause FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
Clause FAR 52.232-39 Unenforceability of Unauthorized Obligations
Clause FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors
Clause FAR 52.246-16 Responsibility for Supplies
Clause FAR 52.247-34 F.O.B. Destination
Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference
(Fill-in Text)
- http://farsite.hill.af.mil
Clause FAR 52.252-2 (Contract) Clauses Incorporated by Reference
(Fill-in Text)
- http://farsite.hill.af.mil
Clause DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
Clause DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
Provision DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
Clause DFARS 252.204-7003 Control of Government Personnel Work Product
Provision DFARS 252.204-7004, Alt A, System for Award Management Alternate A (When using
52.204-7)
Clause DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
Clause DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
Clause DFARS 252.225-7001 Buy American and Balance of Payments Program
Clause DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
Clause DFARS 252.225-7048 Export-Controlled Items
Clause DFARS 252.232-7003 Electronic Submission of Payment Requests
Clause DFARS 252.232-7006 Wide Area Workflow Payment Instructions
Clause DFARS 252.232-7010 Levies on Contract Payments
Clause DFARS 252.243-7001 Pricing of Contract Modifications
Clause DFARS 252.244-7000 Subcontracts for Commercial Items
Clause AFFARS 5352.201-9101 Ombudsman
(Fill-in Text)
- Lt Col Aaron D. Judge
OL KC AFICA
129 Thompson St., Bldg 586, Rm 129
Langley AFB, VA 23665-2769
Phone Number: 757-764-5372, Fax: 757-764-4400
E-mail: aaron.judge@us.af.mil
DPAS APPLICABILITY:
This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).
SOLICITATION CLOSING INFORMATION:
Quotes are due by: 30 July 2019, @ 2:00PM EST.
QUESTIONS AND ANSWERS:
Questions are due by: 16 July 2019, @ 2:00PM EST.
Answers will be posted by or before: 29 July 2019
Quotes must be received by the closing date stated above. Submit quotes by email.
POINT OF CONTACT:
The point of contact for this acquisition for any questions and for submission of quotes is:
A1C Jordon T. Bongcayao
Contracting Specialist
Phone: 229-257-2053
Email: jordon.bongcayao@us.af.mil
Jordon Tyler Bongcayao, Contract Specialist, Phone 2292572053, Email jordon.bongcayao@us.af.mil