(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; proposals are being requested and a written solicitation will not be issued.
(II) Solicitation W912JB-17-T-4053 is issued as a Request for Quote (RFQ).
(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95.
(IV) This acquisition is being solicited as restricted (Small Business Set-Aside). The associated NAICS code for this acquisition is 711219. Small Business size standard is $11.0 Million Dollars.
(V) SCHEDULE OF SUPPLIES/SERVICES:
Requirement is for non-personal services. The Contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services to provide aerobatic aircraft demonstrations of the MK IX Spitfire aircraft with authentic warbird "Y2K"paint scheme for the Selfridge Air National Guard Base Open House August 18-20, 2017. Services shall be provided in accordance with the attached Description of service.
CLIN 0001: The Contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services to provide aerobatic aircraft demonstrations of the Spitfire aircraft for the Selfridge Air National Guard Base Open House August 18-20, 2017. Services shall be provided in accordance with the attached Description of service.
CLIN 0002: eCMRA Reporting- The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Selfridge ANG Base, MI collection site. The contractor is required to completely fill in all required data fields using the following web ad-dress: http://www.ecmra.mil/.
Reporting inputs will be for the labor executed during the period of performance
during each Government fiscal year (FY), which runs October 1 through
September 30. While inputs may be reported any time during the FY, all data shall
be reported no later than October 31 of each calendar year. Contractors may direct
questions to the help desk at http://www.ecmra.mil/.
*** Refer to Description of services for Detailed Requirements and Services***
Quotes should be submitted with pricing according to each individual CLIN listed above.
(VI) This solicitation is for aerobatic aircraft demonstrations of the Spitfire aircraft for the Selfridge Air National Guard Base Open House August 18-20, 2017
(VII) Period of Performance: August 18-20, 2017
(VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation.
(IX) The clause FAR 52.212-2, Evaluation-Commercial Items. The following factors will be used to evaluate offers: (1) Availability of Requested Requirements in accordance with the Performance Work Statement (2) Price, The Government intends to award a contract without discussions and respective offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government.
(X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/.
(XI) The FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition.
(XII) The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition and the additional clauses in their latest editions apply to this acquisition:
Prov Title
52.204-7 Instructions to Offerors- Commercial Items
52.204-16 Commercial and Government Entity Code Reporting
52.212-1 Instructions to Offerors- Commercial Items
252.204-7011 Alternative Line Item Structure
52.212-3 Alt I Offerors Representations and Certifications-Commercial Items, Alternate I
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
252.204-7004 Alternate A, System for Award Management
Clause Title
52.204-13 System for Award Management Maintenance
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions--Commercial Items
52.219-6 Total SB Set-aside
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-41 Service Contract Labor Standards
52.222-50 Combating Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-39 Unenforceabilityof Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.246-4 Inspection of Services--Fixed Price
52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.223-7006 If contractor performance on a DoD installation permitted or required
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea
252.247-7024 Notification of Transportation of Supplies by Sea
52.212-5 Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019)
52.219-28 Post-Award Small Business Program Rerepresentation
52.222-42 Statement of Equivalent Rates for Federal Hires
52.252-2 Clauses Incorporated by Reference
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
PP Partial Payments
(XIII) Additional Contract Requirements: N/A
(XIV) The Defense Priorities and Allocation System (DPAS) is not applicable to this solicitation.
(XV) Offers are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 2:00 P.M. EST, 7 August 2017. FAR 5.101 All responsible sources may submit a response which, if timely received must be considered by the agency.
(XVI) Emailed quotes will be accepted at [email protected]. Point of Contact for this solicitation is David Nicholas - 586-239-2557.
All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: www.fbo.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to [email protected]. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System For Award Management (SAM) (http://www.sam.gov).