Federal Bid

Last Updated on 03 May 2018 at 8 AM
Combined Synopsis/Solicitation
Charleston West virginia

Aerobatic Formation Demonstration

Solicitation ID FA4418-18-Q-0016
Posted Date 13 Apr 2018 at 9 PM
Archive Date 03 May 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4418 628 Cons Pk
Agency Department Of Defense
Location Charleston West virginia United states

COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS

(i) This is a combined synopsis/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. Proposals are requested and a written solicitation will not be issued.

(ii) The synopsis/solicitation reference number is FA4418-18-Q-0016 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 06 Nov 2017.

(iv) This acquisition is a 100% small business set-aside under NAICS code 711510 with size standard of $7.5M.

(v) Contractor shall submit a quote for a Air Show Aerobatic Formation Demonstration in accordance witht the Performance Work Statement dated 10 April 2018 for the 2018 Joint Base Charleston Air & Space Expo.

(vi) Line Items: The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following item(s):

Line Item Description QTY Unit of Issue Total Price
0001 Air Show Four to Six Warbird Aircraft Aerobatic Formation Demonstration IAW Performance Work Statement dated 10 April 2018 1 EA
**NOTICE TO VENDORS: AWARD OF THIS REQUIREMENT IS DEPENDENT UPON ANTICIPATED CANCELLATION OF THE USAF THUNDERBIRDS. NOTIFICATION OF SOLICITATION CANCELLATION WILL BE MADE NO LATER THAN MONDAY, 23 APRIL 2018.**

(vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items

(viii) FAR 52.212-2, Evaluation - Commercial Items
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 following factors shall be used to evaluate offers in the following relative order of importance:

1. Price. The Government will evaluate the total price of the offer for award purposes.
2. Technical capability of the quote offered to meet the Government requirement.
3. The Government will award a contract to the lowest priced technically acceptable offer.

(ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov

(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial
Items, applies to this acquisition.

(xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition.

• FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations
• FAR 52.222-21 -- Prohibition of Segregated Facilities.
• FAR 52.222-50 -- Combating Trafficking in Persons.
• FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products.
• FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management

(xii) The following additional clauses are applicable to this procurement (not all inclusive):

• FAR 52.211-17, Delivery of Excess Quantities
• FAR 52.204-7, System for Award Management
• FAR 52.204-7 Alt 1, System for Award Management - Alternate 1
• FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations
• FAR 52.219-6, Notice of Total Small Business Set-Aside
• FAR 52.219-28, Post Award Small Business Representation
• FAR 52.225-13, Restrictions on Certain Foreign Purchases
• FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)
• FAR 52.233-3 -- Protest After Award.
• FAR 52.253-1 Computer Generated Forms
• DFARS 252.204-7004, Alternate A. System for Award Management
• DFARS 252.225-7001, Buy American Act and Balance of Payments Program
• DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
• DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.)
• DFARS 252.232-7006, Wide Area Workflow Payment Instructions
• DFARS 252.246-7000, Material Inspection And Receiving Report

AFFARS 5352.201-9101 Ombudsman
5352.201-9101 OMBUDSMAN (July 2017)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause)

AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)

(xiii) Defense Priorities and Allocations System (DPAS): N/A

(xiv) Questions in writing must be received by 16 April 2018, no later than 2:00 PM EST, with answers being posted no later than 17 April 2018 by 2:00 PM EST. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 18 April 2018, no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0016.

(xv) Address questions to A1C Matt Kennedy, Contract Specialist, at (843) 963-4502 email [email protected] or SSgt Brittany Kempton, Contracting Officer, at (843) 963-5168, or [email protected].

For more opportunities, visit https://www.fbo.gov/ Also see: http://www.sba.gov

 

 

Bid Protests Not Available

Similar Past Bids

Mississippi 21 Nov 2018 at 1 PM
Johnson Vermont 20 Dec 2018 at 10 PM
Columbus Mississippi 21 Feb 2014 at 10 PM
Location Unknown 22 Dec 2009 at 8 PM
Biloxi Mississippi 17 Jan 2019 at 4 PM