Federal Bid

Last Updated on 17 Feb 2016 at 9 AM
Combined Synopsis/Solicitation
Portland Oregon

Airlift Support

Solicitation ID FA4877-16-Q-0162
Posted Date 28 Jan 2016 at 10 PM
Archive Date 17 Feb 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4877 355 Cons Pk
Agency Department Of Defense
Location Portland Oregon United states
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA4877-16-Q-0162 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-85, Defense Circular Number 20151230, and Air Force Acquisition Circular 2015-1001. This procurement is being issued as a small business set aisde and limited sources justification (See attachment). The North American Industry Classification System Code is 481219 with a size standard of $15.0 Million or less The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Number (CLIN):

CLIN 0001 - The Contractor shall provide all labor, parts, tools, materials, equipment, facilities, transportation, personnel, management, and supervision necessary to perform military freefall airlift support services in support of the 304th Rescue Squadron IAW the attached Performance Work Statement.

THIS IS A LIMITED SOURCE REQUIREMENT
IN ACCORDANCE WITH THE ATTACHED J&A

Clause 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es):
http://farsite.hill.af.mil

Provision, 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es):
http://farsite.hill.af.mil

52.204-7, System for Award Management

52.204-13, System for Award Management Maintenance

52.212-1, Instructions to Offeror -- Commercial applies to this acquisition.

52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and lowest price.

Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current.

52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial applies to this acquisition.

52.222-50, Combating Trafficking in Persons

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards

52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.219-1, Small Business Program Representations
Alternate I of 52.219-1

52.219-28, Post Award Small Business Program Rerepresentation

52.222-3, Convict Labor

52.222-19, Child Labor-Cooperation with Authorities and Remedies

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-35, Equal Opportunity for Veterans

52.222-36, Affirmative Action for Workers with Disabilities

52.222-37, Employment Reports on Veterans

52.222-41, Service Contract Labor Standards

The prevailing wage determination for the county this service is to be provided in is applicable to this acquisition and will be applied upon contract award.

Wage Determinations are available at the "Wage Determination On-Line" (WDOL) website at http://www.wdol.gov/

52.222-42, Statement of Equivalent Rates for Federal Hires

This Statement is for Information Only:
It is not a Wage Determination
Employee Class Monetary Wage -- Fringe Benefits
GS-12 $32.97
(End of Clause)

 

52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving

52.232-33, Payment by Electronic Funds Transfer- System for Award Management

52.222-22, Previous Contracts and Compliance Reports

52.222-25 Affirmative Action Compliance

52.222-99, Establishing a Minimum Wage for Contractors

52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or Transactions Relating to Iran-Representation and Certifications

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

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

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7004 Alt A, System for Award Management applies to this acquisition.

252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7006, Wide Area WorkFlow Payment Instructions

252.232-7010, Levies on Contract Payment

252.247-7023, Transportation of Supplies by Sea

DM006 - Individual Access to DM with a Criminal Background

DM010 - Illegal Immigrants and Foreign Nationals

DM017 - Davis Monthan AFB Marijuana Policy

DM019 - Contractor Manpower Reporting

5352.201-9101, Ombudsman (APR 2014) - AFICA/KPC (OL-ACC) Ombudsman, Lt Col Lateef M. Hynson, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: [email protected]..

Any questions pertaining to this acquisition shall be submitted in writing no later than Monday, 01 February, 2016 by 10:00 AM Arizona Local Time. Written questions shall be sent to SrA Dan Hughes at [email protected] or SrA Derek Berry at [email protected] or by FAX at (520) 228-5284.

It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via email or FAX by Tuesday, 02 February 2016, 3:00 P.M, Arizona Local Time.

Point of Contact is:
SrA Dan Hughes - email: [email protected], phone: 520-228-5461, and;
SrA Derek Berry - email: [email protected], phone: 520-228-1846
FAX at (520) 228-5284.

It is the responsibility of the vendor to ensure the quote was received by 355 CO

Bid Protests Not Available

Similar Past Bids

Davis West virginia 06 Jun 2014 at 11 PM
Location Unknown 28 May 2014 at 5 PM
Davis West virginia 18 Mar 2014 at 5 PM
Location Unknown 29 Aug 2014 at 12 AM
Davis West virginia 29 Dec 2015 at 9 PM

Similar Opportunities

Scott air force base Illinois 26 Feb 2026 at 8 PM
Scott air force base Illinois 26 Feb 2026 at 8 PM
Scott air force base Illinois 26 Feb 2026 at 8 PM
Scott air force base Illinois 26 Feb 2026 at 8 PM
Scott air force base Illinois 30 Jan 2030 at 5 AM (estimated)