The RFP Database
New business relationships start here

Aircraft Fire Training Facility Inspection


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

 

SITE VISIT WILL BE HELD ON 23 SEP 19 AT 0900 AM MST. CONTACT POC'S LISTED BELOW IF YOU WISH TO ATTEND.

•1)      This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 

 

•2)      The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06 and Defense Change Notice 20190820. 

 

•3)      The standard industrial classification code is J042, NAICS is 238220, Small Business Size Standard for this NAICS code is $15 Million. 

                                     

•4)      CLINS


 

1 Job - Inspection of Aircraft Fire Training Facility (AFTF)

After completing the site survey the contractor shall provide the Government with a detailed report of all issues within the AFTF, the report will include an all-inclusive parts listing and detailed repair requirements. In the report the contractor shall categorize the issues into the six categories listed below, identifying repair/replacement requirements specific to returning that section to fully operational. The report will be supplied to the Government and will become Governmental property and be used in a future AFTF repair requirement. The report should not include any proprietary information from the surveying contractor.


1) Exterior burn area and associated systems


2) Interior burn area and associated systems


3)Conservation pond and associated systems


4) Pneumatic Emergency Shut-Down systems


5) Ignition System


6) Liquid Propane Fuel System


 


All items must meet the following specifications:

•a)      Please refer to attached Performance Work Statement


 

•5)      The provision at FAR 52.212-1, Instructions to Offerors applies to this acquisition.  The following is including as an addendum to 52.212-1.


 

All proposals must contain unit and extended prices from the CLINS listed in paragraph 4 of this RFQ.  Multiple awards are not anticipated, but the Government reserves the right to consider multiple awards during evaluation. Proposals containing additional CLINS outside CLINS listed in paragraph 4 will be considered nonresponsive and not considered for award.  If additional items are proposed, offerors must include those items as a part of the CLINS provided.


           

FAR 52.252-1 Solicitation Provisions Incorporated by Reference: full text provisions can be found at http://acquisition.gov

 

•6)      The provision at FAR 52.212-2 Evaluation - Commercial Items applied to this acquisition:

This provision is incorporated by reference, and paragraph (a) is modified to read as follows:

(a)  This is a competitive best value source selection in which the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered.  The Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors.  The Government, however, reserves the right to conduct discussions if deemed in its best interest.  The following listed are evaluation factors that shall be used in the evaluation process:

1.  Price: Offerors will be ranked lowest to highest.  Only the lowest priced offer will be evaluated for technical capability. If the lowest offer is deemed technically unacceptable, the next lowest offer will be evaluated for technical acceptability.  This process will continue until a determination of technical acceptability is made.

2.  Technical Acceptability:  Technical Acceptability is achieved when the offeror provides proof that the service meet the minimum standards of the work specified in the statement of objectives. 

Technically Acceptable ratings will be given to the proposal that meets the requirements and all the minimum specifications contained in the solicitation.

Technically Unacceptable ratings will be given to the proposal(s) that does not meet the the requirements and all the minimum specifications contained in the solicitation.

*All offerors shall submit technical description of the service being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. 

  

(b)  A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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.

(End of Provision)


 

•7)      All offers must complete and submit the provision at FAR 52.212-3 Offeror Representations and Certifications --Commercial Items, or it's electronic equivalent.

 

•8)       The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition.


           

•9)      FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.  Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive compensation and First-Teir Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.219-6 Notice of Total Small Business Aside,  FAR 52.219-14, Limitations on Subcontracting, FAR 52.219-28 Post Award Small Business Program Rerepresentation, 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 52.222-36 Equal Opportunity for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management.

 

•10)  The following terms and conditions also apply:

FAR 52.204-19 Incorporation by Reference of Representations and Certifications
      FAR 52.232-39 Unenforceability of Unauthorized Obligations


            FAR 52.246-16 Responsibility for Supplies

FAR 52.252-2 Clauses Incorporated by Reference: full text clauses can be found at http://acquisition.gov

FAR 52.253-1 Computer Generated Forms

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003 Control of Government Personnel Work Product

DFARS 252.204-7004 Alternate A, System for Award Management

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.223-7008 Prohibition of Hexavalent Chromium

DFARS 252.225-7035 Buy American-Free Trade Agreements --Balance of Payments Program Certificate

DFARS 252.225-7036 Alternate I Buy American-Free Trade Agreements--Balance of Payments Program

DFARS 252.232-7003 Electronic Submission of Payment Request

DFARS 252.232-7006 Wide Area Workflow Instructions

DFARS 252.232-7010 Levies on Contract Payments

DFARS 252.243-7001 Pricing of Contract Modifications

DFARS 252.244-7000 Subcontracts for Commerical Items

DFARS 252.247-7023 Transportation of Supplies by Sea

AFFARS 5352.201-9101 Ombudsman: Local POC and contact information will be provided upon request.


 

•11)  Quotes must be signed, dated and submitted by 27 Sep 2019, 08:00 A.M., Mountain Standard Time.  Quotes shall be electronically submitted via email to both of the following points of contact (POC).  Failure to email all POC's may result in an unsuccessful offer.

 

Primary:  SSgt Brian Rosario - brian.rosario@us.af.mil

Alternate:  A1C Colby Rolfe - Colby.rolfe@us.af.mil

 


Brian Raphael Rosario, Contracting Administrator, Phone 5757846655, Email brian.rosario@us.af.mil - Colby Rolfe, Contract Specialist , Phone 575-784-6655, Email colby.rolfe@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP