***AMENDMENT 0001 issued on 6MAR2021 includes questions received and answers.
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 being requested and a written solicitation will not be issued.
(ii) This solicitation is being issued as a request for quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2021-03, Effective February 16, 2021.
(iii) The Product Service Code (PSC) is V121. The NAICS is 481219 and the business size standard is $16.5M. This acquisition is SET ASIDE FOR SMALL BUSINESS.
(iv) Description of Requirement: The 119th Wing, North Dakota Air National Guard, has a requirement to establish a Blanket Purchase Agreement (BPA) for Chase Plane Services for a period of one (1) year. It is the intent of Government to establish Period of Performance dates of this BPA from 19 March 2021 through 18 March 2022, but is subject to change at the discretion of the Contracting Officer. Under this contemplated agreement, a minimum of four (4) sorties is required, not to exceed thirty-two (32) sorties throughout the duration of the Period of Performance. The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and non-personal services necessary to perform chase plane flying services for the 119th Wing, North Dakota Air National Guard. See the Performance Work Statement (PWS) for specific details.
CLIN 0001 CHASE PLANE SERVICES 1 JOB (UP TO 32 SORTIES)
(v) Description of requirements for the services acquired: See PWS.
(vi) Dates and place of delivery and acceptance: See PWS. The anticipated Period of Performance Period for this effort is 19 March 2021 to 18 March 2022, but is subject to change by the Contracting Officer.
(vii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provisions and clauses can be viewed at https://acquisition.gov.
ADDENDUM TO FAR 52.212-1 Instructions to Offerors-Commercial Items:
Offerors shall prepare their quotations IAW FAR 52.212-1. In addition, the following information shall be included:
**Offerors shall submit quotes electronically via email to the individuals listed at the bottom of this solicitation.
(viii) The provision at 52.212-2, Evaluation -Commercial Items (OCT 2014) applies to this acquisition. Evaluation of proposals will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. Evaluation factors are listed below.
Evaluation-Commercial Items (Oct 2014)
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:
- Price
- Past Performance
- Technical Acceptability
Price: Prices will be evaluated utilizing one or more of the methods in FAR 13.106-2. For an offeror to receive the award prices must be determined to be fair and reasonable.
Past Performance: May be based on one or more of the following:
(A) The contracting officer’s knowledge of and previous experience with the supply or service being acquired;
(B) Customer surveys, and past performance questionnaire replies;
(C) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or
(D) Any other reasonable basis.
Technical Acceptability: The government will evaluate the technical capabilities in accordance with the attached Performance Work Statement. All interested parties are required to submit details of your firm's ability to carry out the services requested as well as aircraft performance information related to the proposed aircraft to be used by the contractor. This information will be used to determine the technical capability of the services sought. Chase Aircraft, Observer and Pilot qualifications in accordance with paragraphs 1.4.7.1, 1.4.7.2, and 1.4.7.3 of the PWS shall also be provided to determine technical acceptability.
The evaluation factors are technical acceptability, past performance, and price.
***Technical acceptability and past performance, when combined, are approximately equal when compared to cost or price.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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.
(ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xi) Contract award may be made without discussions.
(xii) Contractors must possess a current S.A.M. Registration to be considered “eligible” for contract award.
(xiii) Responses to this solicitation are to be submitted and received electronically via email by Friday, March 12th, 2021, 3:00 P.M. Central Standard Time (CST). Any questions or requests for information shall be submitted in writing to the individuals listed in paragraph (ix) below no later than Friday, March 5th, 2021 3:00 P.M. Central Standard Time (CST). *See attached PWS and Chase Plane Combo.
(xiv) Responses and/or questions are to be submitted electronically to Brian Erdmann via email at [email protected] and Rachel Syverson at [email protected].