(i) 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; quotes are being requested and a written solicitation will not be issued.
(ii) **SHORT OF AWARD NOTICE** This solicitation is being issued under "Short of Award" Authority and is issued as a Request for Quote (RFQ). 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 to be fair and reasonable, it is the Government's intent to make award. This solicitation is not a commitment of funds or guarantee of contract award.
(iii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101, Effective 26 OCT 2018.
(iv) The Product Service Code (PSC) is V121. The NAICS is 481219 and the business size standard is $15M. This acquisition is a SET ASIDE FOR SMALL BUSINESS.
(v) Description of Requirements: The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform chase plane flying services for the 119th Wing, North Dakota Air National Guard. See the Statement of Work (SOW) for specific details.
(vi) See attached SOW for delivery and acceptance information. The anticipated Period of Performance Period for this effort is 20 March 2019 to 19 March 2020, but is subject to change by the Contracting Officer based on mission requirements.
(vii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018), applies to this acquisition. Provisions and clauses can be viewed via internet at the Air Force FAR site, http://farsite.hill.af.mil.
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:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:
1. DUNS Number:
2. Federal Tax ID Number:
3. CAGE Code:
4. Contractor's Legal Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact & Phone Number:
7. Email address:
8. FOB: Destination
9. TECHNICAL ACCEPTABILITY INFORMATION: Provide 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 acceptability of the product offered. Observer and Pilot qualifications in accordance with the SOW shall also be provided to determine technical acceptability.
10. PRICE: Provide pricing in terms of "Cost per RPA Mission". The price that is provided should include costs for the initial rendezvous at Hector IAP and flight to the Restricted Area and then the return flight from the Restricted Area back to Hector IAP.
11. ADDITIONAL FEE ASSOCIATED WITH CONTRACT MANHOURS REPORTING REQUIREMENT. Any resultant award/contract shall require that ALL contractor Labor Hours (including subcontractor labor hours) are reported for performance of services provided for the Department of the Air Force via a secure data collection site. See paragraph 23 of the associated Statement of Work for additional details. While additional charges are authorized, offerors are also permitted to meet this requirement at no additional cost to the Government.
12. LENGTH OF TERM THAT OFFERS ARE VALID FOR: The price that is provided per RPA Mission shall include a length of term in which the offeror's quote is valid for (i.e. 30, 60, 90 days).
**Offerors shall submit quotes electronically via email to the individuals listed at the bottom of this solicitation.
(ix) 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. The evaluation criteria are: PRICE and TECHNICAL ACCEPTABILITY.
ADDENDUM TO 52.212-2, Evaluation - Commercial Items. **SHORT OF AWARD NOTICE**. As previously identified, this solicitation is being issued under "Short of Award" Authority. 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 to be fair and reasonable, it is the Government's intent to make award. This solicitation is not a commitment of funds or guarantee of contract award. If and when certified funding becomes available for this requirement, the Government intends to award one single delivery contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government reserves the right to award a single award delivery contract in the event that only one offer is determined to be technically acceptable. The government also reserves the right to make no award to any offer received in response to this solicitation.
In the event that only one offer is received and determined to be acceptable, pricing information shall be evaluated prior to the award of a contract.
The following factors shall be used to evaluate offers:
(i) Technical Acceptability of the services offered to meet the Government's requirement in accordance with the SOW associated with this contemplated acquisition;
(ii) Price or cost.
To be considered technically acceptable, the offeror must submit a complete proposal IAW with this RFQ, including the technical acceptability information under the Addendum to FAR 52.212-1.
(x) Offerors must have a current System for Award Management (S.A.M.) registration (www.sam.gov).
(xi) The clause 52.212-4, Contract Terms and conditions - Commercial Items
(OCT 2018), applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2018), applies to this acquisition.
(xiii) This acquisition will be contracted in accordance with the attached provisions and clauses that are contemplated for this solicitation; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below.
THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION:
52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements-Representation JAN 2017
52.204-7 System for Award Management OCT 2016
52.204-13 System for Award Management Maintenance OCT 2016
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
52.212-1 Instructions to Offerors--Commercial Items DEVIATION 2018-O0018
52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items OCT 2018
52.219-6 Notice Of Total Small Business Set-Aside (Deviation 2019-O0003)
52.219-28 Post-Award Small Business Program Representation JUL 2013
52.212-2 Evaluation-Commercial Items OCT 2018
52.222-3 Convict Labor JUN 2003
52.222-21 Prohibition Of Segregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014
52.222-41 Service Contract Labor Standards MAY 2014
52.222-42 Statement of Equivalent Rates for Federal Hires MAY2014
52.222-50 Combating Trafficking in Persons MAR 2015
52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015
52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.249-4 Termination For Convenience Of The Government (Services) (Short Form) APR 1984
52.249-8 Default (Fixed-Price Supply & Service) APR 1984
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7004 Alt A System for Award Management Alternate A FEB 2014
252.204-7011 Alternative Line Item Structure SEP 2011
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7031 Secondary Arab Boycott Of Israel JUN 2005
252.227-7015 Technical Data--Commercial Items FEB 2014
252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea APR 2014
Provisions and clauses can be viewed via internet at the Air Force FAR site, http://farsite.hill.af.mil
CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) 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:
(i). Technical Acceptability. The technical capability of the item offered to meet the Government's requirement;
(ii) Price.
(c) 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.
(End of provision)
52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (NOV 2011)
(a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.
(b) Applicability. This clause applies only to--
(1) Contracts that have been totally set aside or reserved for small business concerns; and
(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).*
(c) General.
(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.
(2) Any award resulting from this solicitation will be made to a small business concern.
(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.
(End of Clause)
Full text clauses can be accessed via http://farsite.af.mil/vffara.htm
(xiv) The Defense Priorities and Allocations System (DPAS) assigned rating for this acquisition is: Not applicable.
(xv) Responses to this solicitation are to be submitted and received electronically via email by 28 December 2018, 12:00 PM Central Standard Time (CST). Any questions or requests for information shall be submitted in writing to the individuals listed in paragraph (xvi) below no later than 26 December 2018, 3:00 PM Central Standard Time (CST).
(xvi) Responses are to be submitted electronically to Brian Erdmann via e-mail at [email protected] and to Lee Gunderson at [email protected].