The RFP Database
New business relationships start here

Painting and Corrosion Control for Pararescue Capabilities Trainer


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

Request for Proposal
Painting and Corrosion Control for Pararescue Capabilities Trainer

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


The solicitation number for this procurement is W912LA-19-R-7013 and is hereby issued as a Request for Proposal (RFP).


This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-06 (10 September 2019).


This acquisition is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) is 238320, "PAINTING AND WALL COVERING CONTRACTORS" is applicable. The Small Business Size Standard is $15,000,000.00.


The Government intends to award a firm fixed-price (FFP) contract for all services detailed in the attached Performance Work Statement (PWS); see Attachment 1. The successful offeror shall provide the following Contract Line Item Numbers (CLINs) for the specified performance period.


CLIN 0001    PAINTING AND CORROSION CONTROL SERVICES
The Contractor shall provide PAINTING AND CORROSION CONTROL SERVICES in support of the 131st Rescue Squadron. All work shall conform to the attached Performance Work Statement (PWS).


CLIN 0002    CONTRACTOR MANPOWER REPORTING
Contractor shall provide all CONTRACTOR MANPOWER REPORTING in accordance with Paragraph 4.3 of the attached Performance Work Statement (PWS).



The FAR provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. See the full text of the provision provided in Attachment 3, Applicable Provisions & Clauses, for instructions on submitting a proposal.


The FAR provision at 52.212-2, Evaluation-Commercial Items, does not apply to this acquisition. See Attachment 4, Instructions to Offerors and Evaluation of Proposals, for Evaluation criteria.


The FAR provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items, applies to the requirement. Offeror's are advised to submit a completed copy of the provision with their offer (see Attachment 3, Applicable Provisions & Clauses). If the offeror has completed their annual representations and certifications electronically via the System for Award Management (www.SAM.gov) website, offerors need only complete paragraphs (b) of the provision.


The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda have been added to this provision.


The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders, applies to this acquisition. This clause has been incorporated with Deviation 2013-O0019 by reference.


Offerors are advised of the additional contract requirements:
    IAW the Defense FAR Supplement clause at 252.232-7006, Wide Area Workflow Payment Instructions, all invoicing must be submitted via the Wide Area Workflow (WAWF) website.
    Offerors wishing to conduct a site visit should contact the Contracting Officer, SMSgt Paul (Nick) Ochs via email at paul.n.ochs.mil@mail.mil.
    This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make award. This is not a commitment of funds or contract award.
The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.


Questions regarding this solicitation must be received no later than 2:00 PM Pacific Time, Friday, 20 September 2019. Submit questions to both email addresses identified below.


All proposals must be submitted no later than 2:00 PM Pacific Time, Monday, 23 September 2019. It is the offeror's responsibility to ensure their proposal is received by the date and time specified. In accordance with FAR 15.208, if your proposal is not received at the initial point of entry to the Government (identified below), by the exact date and time specified above, it will be determined late and will not be evaluated. Proposal, as the term is used here, means all volumes and/or parts of the proposal. Offerors shall submit their proposal as specified below:

The Offeror may submit their proposal via email. When submitting proposals, the Offeror will need to specifically authorize send their proposals to the following persons:


SMSgt Paul (Nick) Ochs (paul.n.ochs.mil@mail.mil)
MSgt Bardia Barmaki (bardia.barmaki.mil@mail.mil)


Paul N. Ochs, Base Contracting Officer, Email paul.n.ochs.mil@mail.mil - Bardia Barmaki, Contract Specialist , Email bardia.barmaki.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP