The RFP Database
New business relationships start here

NOAA/AOC


Virginia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This is a solicitation from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office (AGO), Eastern Region Acquisition Division (ERAD) - Norfolk Office. The requirement, Maintenance of Aerospace Ground Support Equipment (AGSE), is for a firm fixed price purchase order with a one-year period of performance starting on July 1, 2019, with four (4) one-year option periods.

 

This announcement constitutes the only solicitation. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All quotes must be received via mail or email to the attention of James Rall, Contract Specialist, by 2:00 PM Eastern Standard Time (EST) on March 25, 2019. The email address is james.rall@noaa.gov (Cc andrew.hildebrandt@noaa.gov).


The DOC/AGO/ERAD - Norfolk Office requires that all contractors doing business with this office be registered with the System for Award Management (SAM). An award cannot be made unless the Quoter is registered in SAM. For additional information, and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with SAM and to be eligible to receive an award from this acquisition office, all Quoters must first have a Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number. A DUNS number may be acquired free of charge at the following website: http://fedgov.dnb.com/webform.


This notice is hereby issued as Request for Quotation (RFQ) 1305M219QNMAN0072. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 488190, Other Support Activities for Air Transportation, with a small business size standard of $32.5M.


This is a 100% Total Small Business Set-aside.


The DOC/AGO/ERAD - Norfolk Office requests responses from qualified sources capable of providing for the NOAA Aircraft Operation Center (AOC) Maintenance of Aerospace Ground Support Equipment (AGSE) requirement as described in the Statement of Work (SOW) attachment.


The period of performance is one (1) year, starting July 1, 2019, with four (4) one-year options.



PRICE/QUOTE: This is for a purchase order for commercial services. The resultant purchase order will be subject to the Department of Labor Service Contract Act Wage Determination for Lakeland, Florida. The purchase order line item numbers (CLINs) will be quoted and completed in accordance with the RFQ and the Itemized Pricing Schedule attachment, which must be completed for incorporation into the resultant purchase order.


 

BASE YEAR: July 1, 2019 through June 30, 2024

 


CLIN 0001: PERFORM WEEKLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 0001 (52 WK) $_________/Per Unit, $_____________/Total



CLIN 0002: PERFORM MONTHLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 0002 (12 MO) $_________/Per Unit, $_____________/Total



CLIN 0003: PERFORM QUARTERLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 0003 (4 QT) $_________/Per Unit, $_____________/Total



CLIN 0004: PERFORM SEMI-ANNUAL INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 0004 (2 EA) $_________/Per Unit, $_____________/Total



CLIN 0005: PERFORM ANNUAL (MECHANICAL, ELECTRICAL) INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 0005 (1 EA) $_________/Per Unit, $_____________/Total



CLIN 0006: OVER AND ABOVE REPAIRS INCLUDING PARTS AND LABOR. THIS CLIN IS A NOT-TO-EXCEED (NTE) CLIN. THE CONTRACTOR EXCEEDS THE AMOUNT
AT ITS OWN RISK. THE US GOVERNMENT DETERMINES THE AMOUNT IN THIS CLIN. VENDOR WILL USE THIS CLIN FOR ALL PARTS, PARTS COST, TIME AND LABOR ABOVE THE ESTABLISHED FIRM FIXED PRICES OF CLINs 0001, 0002, 0003, 0004 AND 0005.


THESE OVER AND ABOVE PARTS, PART COSTS, TIME AND LABOR WILL BE ITEMIZED ON AN INVOICE. IN ACCORDANCE WITH THE STATEMENT OF WORK, VENDOR SHALL NOT PROCEED WITH OVER AND ABOVE REPAIRS ON CLINs 0001, 0002, 0003, 0004 AND/OR 0005 WITHOUT PROVIDING THE COR A DETAILED ITEMIZED QUOTE AND RECEIVING A SUBSEQUENT CONTRACTING OFFICER WRITTEN APPROVAL (NOTICE TO PROCEED).


 


     LOADED LABOR RATE PER HOUR (reg. rate) $_________________


 


     LOADED LABOR RATE PER HOUR (overtime) $_________________


 


     PARTS DISCOUNT OFF LIST PRICE: _________________


 

OPTION YEAR ONE: July 1, 2020 through June 30, 2021


CLIN 1001: PERFORM WEEKLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 1001 (52 WK) $_________/Per Unit, $_____________/Total



CLIN 1002: PERFORM MONTHLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 1002 (12 MO) $_________/Per Unit, $_____________/Total



CLIN 1003: PERFORM QUARTERLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 1003 (4 QT) $_________/Per Unit, $_____________/Total



CLIN 1004: PERFORM SEMI-ANNUAL INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 1004 (2 EA) $_________/Per Unit, $_____________/Total



CLIN 1005: PERFORM ANNUAL (MECHANICAL, ELECTRICAL) INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 1005 (1 EA) $_________/Per Unit, $_____________/Total



CLIN 1006: OVER AND ABOVE REPAIRS INCLUDING PARTS AND LABOR. THIS CLIN IS A NOT-TO-EXCEED (NTE) CLIN. THE CONTRACTOR EXCEEDS THE AMOUNT
AT ITS OWN RISK. THE US GOVERNMENT DETERMINES THE AMOUNT IN THIS CLIN. VENDOR WILL USE THIS CLIN FOR ALL PARTS, PARTS COST, TIME AND LABOR ABOVE THE ESTABLISHED FIRM FIXED PRICES OF CLINs 1001, 1002, 1003, 1004 AND 1005.


THESE OVER AND ABOVE PARTS, PART COSTS, TIME AND LABOR WILL BE ITEMIZED ON AN INVOICE. IN ACCORDANCE WITH THE STATEMENT OF WORK, VENDOR SHALL NOT PROCEED WITH OVER AND ABOVE REPAIRS ON CLINs 1001, 1002, 1003, 1004 AND/OR 1005 WITHOUT PROVIDING THE COR A DETAILED ITEMIZED QUOTE AND RECEIVING A SUBSEQUENT CONTRACTING OFFICER WRITTEN APPROVAL (NOTICE TO PROCEED).


 


     LOADED LABOR RATE PER HOUR (reg. rate) $_________________


 


     LOADED LABOR RATE PER HOUR (overtime) $_________________


 


     PARTS DISCOUNT OFF LIST PRICE: _________________


 

OPTION YEAR TWO: July 1, 2021 through June 30, 2022


CLIN 2001: PERFORM WEEKLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 2001 (52 WK) $_________/Per Unit, $_____________/Total



CLIN 2002: PERFORM MONTHLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 2002 (12 MO) $_________/Per Unit, $_____________/Total



CLIN 2003: PERFORM QUARTERLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 2003 (4 QT) $_________/Per Unit, $_____________/Total



CLIN 2004: PERFORM SEMI-ANNUAL INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 2004 (2 EA) $_________/Per Unit, $_____________/Total



CLIN 2005: PERFORM ANNUAL (MECHANICAL, ELECTRICAL) INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 2005 (1 EA) $_________/Per Unit, $_____________/Total



CLIN 2006: OVER AND ABOVE REPAIRS INCLUDING PARTS AND LABOR. THIS CLIN IS A NOT-TO-EXCEED (NTE) CLIN. THE CONTRACTOR EXCEEDS THE AMOUNT
AT ITS OWN RISK. THE US GOVERNMENT DETERMINES THE AMOUNT IN THIS CLIN. VENDOR WILL USE THIS CLIN FOR ALL PARTS, PARTS COST, TIME AND LABOR ABOVE THE ESTABLISHED FIRM FIXED PRICES OF CLINs 2001, 2002, 2003, 2004 AND 2005.


THESE OVER AND ABOVE PARTS, PART COSTS, TIME AND LABOR WILL BE ITEMIZED ON AN INVOICE. IN ACCORDANCE WITH THE STATEMENT OF WORK, VENDOR SHALL NOT PROCEED WITH OVER AND ABOVE REPAIRS ON CLINs 2001, 2002, 2003, 2004 AND/OR 2005 WITHOUT PROVIDING THE COR A DETAILED ITEMIZED QUOTE AND RECEIVING A SUBSEQUENT CONTRACTING OFFICER WRITTEN APPROVAL (NOTICE TO PROCEED).


 


     LOADED LABOR RATE PER HOUR (reg. rate) $_________________


 


     LOADED LABOR RATE PER HOUR (overtime) $_________________


 


     PARTS DISCOUNT OFF LIST PRICE: _________________


 

OPTION YEAR THREE: July 1, 2022 through June 30, 2023


CLIN 3001: PERFORM WEEKLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 3001 (52 WK) $_________/Per Unit, $_____________/Total



CLIN 3002: PERFORM MONTHLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 3002 (12 MO) $_________/Per Unit, $_____________/Total



CLIN 3003: PERFORM QUARTERLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 3003 (4 QT) $_________/Per Unit, $_____________/Total



CLIN 3004: PERFORM SEMI-ANNUAL INSPECTIONS PER THE STATEMENT OF WORK.


 



     CLIN 3004 (2 EA) $_________/Per Unit, $_____________/Total



CLIN 3005: PERFORM ANNUAL (MECHANICAL, ELECTRICAL) INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 3005 (1 EA) $_________/Per Unit, $_____________/Total



CLIN 3006: OVER AND ABOVE REPAIRS INCLUDING PARTS AND LABOR. THIS CLIN IS A NOT-TO-EXCEED (NTE) CLIN. THE CONTRACTOR EXCEEDS THE AMOUNT
AT ITS OWN RISK. THE US GOVERNMENT DETERMINES THE AMOUNT IN THIS CLIN. VENDOR WILL USE THIS CLIN FOR ALL PARTS, PARTS COST, TIME AND LABOR ABOVE THE ESTABLISHED FIRM FIXED PRICES OF CLINs 3001, 3002, 3003, 3004 AND 3005.


THESE OVER AND ABOVE PARTS, PART COSTS, TIME AND LABOR WILL BE ITEMIZED ON AN INVOICE. IN ACCORDANCE WITH THE STATEMENT OF WORK, VENDOR SHALL NOT PROCEED WITH OVER AND ABOVE REPAIRS ON CLINs 3001, 3002, 3003, 3004 AND/OR 3005 WITHOUT PROVIDING THE COR A DETAILED ITEMIZED QUOTE AND RECEIVING A SUBSEQUENT CONTRACTING OFFICER WRITTEN APPROVAL (NOTICE TO PROCEED).


 


     LOADED LABOR RATE PER HOUR (reg. rate) $_________________


 


     LOADED LABOR RATE PER HOUR (overtime) $_________________


 


     PARTS DISCOUNT OFF LIST PRICE: _________________


 

OPTION YEAR FOUR: July 1, 2023 through June 30, 2024


CLIN 4001: PERFORM WEEKLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 4001 (52 WK) $_________/Per Unit, $_____________/Total



CLIN 4002: PERFORM MONTHLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 4002 (12 MO) $_________/Per Unit, $_____________/Total



CLIN 4003: PERFORM QUARTERLY INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 4003 (4 QT) $_________/Per Unit, $_____________/Total



CLIN 4004: PERFORM SEMI-ANNUAL INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 4004 (2 EA) $_________/Per Unit, $_____________/Total



CLIN 4005: PERFORM ANNUAL (MECHANICAL, ELECTRICAL) INSPECTIONS PER THE STATEMENT OF WORK.


 


     CLIN 4005 (1 EA) $_________/Per Unit, $_____________/Total



CLIN 4006: OVER AND ABOVE REPAIRS INCLUDING PARTS AND LABOR. THIS CLIN IS A NOT-TO-EXCEED (NTE) CLIN. THE CONTRACTOR EXCEEDS THE AMOUNT
AT ITS OWN RISK. THE US GOVERNMENT DETERMINES THE AMOUNT IN THIS CLIN. VENDOR WILL USE THIS CLIN FOR ALL PARTS, PARTS COST, TIME AND LABOR ABOVE THE ESTABLISHED FIRM FIXED PRICES OF CLINs 4001, 4002, 4003, 4004 AND 4005.


THESE OVER AND ABOVE PARTS, PART COSTS, TIME AND LABOR WILL BE ITEMIZED ON AN INVOICE. IN ACCORDANCE WITH THE STATEMENT OF WORK, VENDOR SHALL NOT PROCEED WITH OVER AND ABOVE REPAIRS ON CLINs 4001, 4002, 4003, 4004 AND/OR 4005 WITHOUT PROVIDING THE COR A DETAILED ITEMIZED QUOTE AND RECEIVING A SUBSEQUENT CONTRACTING OFFICER WRITTEN APPROVAL (NOTICE TO PROCEED).


 


     LOADED LABOR RATE PER HOUR (reg. rate) $_________________


 


     LOADED LABOR RATE PER HOUR (overtime) $_________________


 


     PARTS DISCOUNT OFF LIST PRICE: _________________


 


CLAUSES AND PROVISIONS


52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference


The following FAR provision and clauses are applicable to this procurement:


52.203-3 Gratuities (Apr 1984)
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
52.204-7 Systems for Award Management (Oct 2018)
52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011)
52.204-13 Systems for Award Management Maintenance (Oct 2018)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)
52.209-5 Certification Regarding Responsibility Matters (Oct 2015)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Federal Law (Feb 2016)
52.212-1 Instructions to Offerors - Commercial Items (Oct 2018)
52.212-2 Evaluation-Commercial Items (Oct 2014)
52.212-3 Offeror Representations and Certifications Commercial Items (OCT 2018)
52.212-4 Contract Terms and Conditions (Jan 2017); Alternate I (OCT 2018)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2019), Section (b) (4), (6), (9), (14), (22), (25), (26), (27), (28), (29), (30), (31), (32), (33), (42), (59)
52.217-5 Evaluation of Options (July 1990)
52.217-8 Option to Extend Services (Nov 1999)
52.217-9 Option to Extend the Term of the Contract (Mar 2000)
52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)


FAR clauses and provisions are available on the internet website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P2393_343937


Quoters shall include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:


Commerce Acquisition Regulation (CAR)


1352.201-70 Contracting Officer's Authority (APR 2010)
1352.201-72 Contracting Officer's Representative (COR) (APR 2010)
1352.209-73 Compliance with the Laws (APR 2010)
1352.209-74 Organizational Conflict of Interest (APR 2010)
1352.233-70 Agency Protests (Apr 2010)
1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010)
1352.237-71 Security Processing Requirements - Low Risk Contracts
1352.270-70 Period of Performance (7/1/2019 - 6/30/2020 [base year], with four [4] one-year options)


NOAA Acquisition Manual (NAM)


1330-52.203-71 Notice of Post-Government Employment Restrictions (Oct 2015)
1330-52.222-70 NOAA Sexual Assault and Sexual Harassment Prevention and Response Policy (May 2018)
1330-52.237-10 Contractor Communications
1330-52.242-70 Submittal of Invoices (Feb 2011)
1330-52.270-304 NOAA Acquisition and Grants Ombudsman (Oct 2016)


CAR and NAM clauses and provisions are available on the internet websites: https://www.eCFR.gov and http://www.gpo.gov



RFQ SUBMISSION


This announcement will close at 2:00 PM Eastern Standard Time (EST) on March 25, 2019.


Addendum to 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018)


1)    Inquiries - Inquiries and all correspondence concerning this solicitation document should be submitted in writing to James Rall, at james.rall@noaa.gov, and Andrew Hildebrandt, at andrew.hildebrandt@noaa.gov, by 2:00 EST on March 15, 2019. The Government is not required to provide responses to vendor's inquiries or correspondence.


2)    Quotation Preparation


The following instructions apply for the submission of quotes:


a.    Quotes shall be submitted in three (3) separate volumes:

Volume I - Past Performance
Volume II - Technical
Volume III - Price


b.    The technical volume shall NOT contain any reference to price. It is incumbent upon the Quoter to provide a technical volume in sufficient detail to provide a clear and concise presentation that includes, but is not limited to, the technical requirements of the RFQ.


c.    The Government will evaluate quotes in accordance with the evaluation criteria set forth in FAR 52.212-2 of this RFQ.


3)    Quote Instructions


a.    Past Performance:
Past performance will be used as a means of evaluating the relative capability of the vendor to successfully meet the requirements of this solicitation. Vendors are required to provide information on no more than five (5) of the firm's most recently completed contracts/orders (not to exceed three (3) years since completion) for like or similar work. Vendors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation.


Each Quoter shall submit, in writing, information on past performance (10 page limit). Quoters shall provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. In addition, the Quoter is required to send Attachment 02, Past Performance Questionnaire, to those government and commercial activities provided by the Quoter in their submission. The information shall be completed by the references who will then forward the completed questionnaires to the following:


James Rall
james.rall@noaa.gov (Cc andrew.hildebrandt@noaa.gov)
U.S. Department of Commerce/NOAA/ERAD


The Government will not accept Questionnaires directly from the Quoter. Only Questionnaires submitted on time and from the Quoter's references will be accepted.


The Government will conduct a past performance evaluation based upon the past performance of the vendor as it relates to the probability of vendor to provide the Government with quality service as covered within the solicitation.


Quoters are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include Contractor Performance Assessment Reporting System (CPARS); Past Performance Information Retrieval System (PPIRS) reports, the Federal Awardee Performance and Integrity System (FAPIIS), or past performance information from any source.


The burden of providing thorough, complete, and demonstrated relevant past performance information rests with the Quoter. Any Past Performance Questionnaire(s) received at the Government office designated herein after the exact time specified for receipt of past performance information is "late" and may not be considered for evaluation. If the Quoter possess no relevant past performance, it should affirmatively state so in the quote.


Quotes lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the submission with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous submission to the Government when compared to the submissions of other Quoters having a satisfactory (or better) past performance.


b.    Technical: Each Quoter shall submit a technical submission (10 page limit). The technical submission should be sufficiently specific, detailed and complete so as to clearly and fully demonstrate that the Quoter has a thorough understanding of the requirements set forth in the Statement of Work (SOW) and has the ability to perform the work. Quotes which merely state that requirements are understood and will be complied with, which paraphrase the specification document, the SOW or parts thereof, or use phrases such as "standard consulting practices will be employed", or "well established techniques will be employed", etc., may be considered unacceptable. The technical submission shall include, but is not limited to, the following:


i.    Proof of ability to obtain $100K liability insurance in State of Florida.


ii.    Demonstrate experience and availability of trained technicians/staff.


iii.    Ability to obtain access to Federal facility.


c.    Price: The Quoter shall submit all information required for the line items included within this solicitation. The quoted prices for the line items will be added together and used for evaluation purposes to determine the best value to the government over the base year, inclusive with each subsequent option year, over the life of the contract. The quoted prices will also be used to determine reasonableness.

52.212-2 -- Evaluation -- Commercial Items. (Jan 2017)
(a) The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following non-price factors shall be used to evaluate quotes:


•    Past Performance
•    Technical


Past Performance is the most important factor. Past Performance and Technical, when combined, are significantly more important than price. However, the Government will not award at significantly higher prices to only achieve slightly better performance. The Government will assess the benefits or better performance versus the added price through trade-off analysis. As non-price factors become equal-price becomes increasingly important.


(b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


(c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in a binding purchase order without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



ATTACHMENTS


01: SOW--1305M219QNMAN0072


02: Itemized Price Schedule--1305M219QNMAN0072


03: Past Performance Questionnaire--1305M219QNMAN0072

******* End of Combined Synopsis/Solicitation ********



James Rall, Contract Specialist, Email James.Rall@noaa.gov - Arthur A. Hildebrandt, Email andrew.hildebrandt@noaa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP