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.
SOLICITATION #: FA486117R7010
This combined Synopsis/Solicitation is issued as a Request For Quotes (RFQ).
A Firm Fixed Price type contract will be awarded.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017.
This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside.
NAICS: 711310
Nellis AFB - Airshow Logistics Support
CLIN 0001 - Furnish, assemble, manage, disassemble, and remove all items/equipment necessary for performing Open House Logistics Support services for the 2017 Nellis Aviation Nation Open House. In accordance with Statement of Work date 28 Aug 2017 (see attached)
CLIN 1001 - Furnish, assemble, manage, disassemble, and remove all items/equipment necessary for performing Open House Logistics Support services for the 2018 Nellis Aviation Nation Open House. In accordance with Statement of Work - TBD
Performance Location: Nellis AFB, NV 89191
**Please see RFQ Worksheet attached**
The following Clauses apply:
FAR 52.212-1 - Instructions to Offerors applies to this acquisition
QUOTE SPECIFICS:
All quotes must include the following information:
1. Quote shall include the contractors Technical Capability as follows:
a) A technical description of the item(s)/service(s) being offered in sufficient detail to so as to evaluate compliance with the requirements listed above and associated Statement of Work (SOW). This includes, but not limited to transportation vehicle specifications or other documents, as found necessary to indicate the vendor's ability to satisfy this requirement.
2. Quote shall include the contractors Price Quotation as follows:
a) Contractor's Unit and Total Price relating to each CLIN above.
i. Vendors must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.)
b) Discount for prompt payment - if any
3. Company Point of Contact with name, address, email address, and telephone number.
4. Quotes must be valid for a period of no less than 45 days
5. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/ to register.
FAR 52.212-2 - Evaluation - Commercial Items:
FAR 52.212-2 ADDENDUM:
EVALUATION
1 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quotes will not be evaluated. The following factors shall be used to evaluate quotations:
a) Price Quotation: The Government will evaluate offers for award purposes by adding the total price for the base year and all options, including both the 52.217-8 Option to Extend Services and the 52.217-9 Option to Extend the Term of the Contract, to the total price for the basic requirement. Evaluated Price is determined by adding the price of the six month extension period, in accordance with FAR 52.217-8 Option to Extend Services, to the Proposed Price. The six month extension price is determined by taking 50% of the final option year's total price, which represents the maximum 6-month period the 52.217-8 could be utilized, for each position and then summing those values. The extension period price is then added to the Proposed Price to derive the Evaluated Price. Evaluation of options shall not obligate the Government to exercise the option(s).
2 Technical Capability
a) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the lowest evaluated price that is deemed technically acceptable. To be determined technically acceptable for award, a quotation also must be supplemented with a technical approach, meet all technical requirements, conform to all required terms and conditions, and provide all information required. Only one award will result from this combined synopsis/solicitation. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.
Offers are due on, 21 Sep 2017, at 12:00pm PST. Offers submitted electronically via email will only be considered for this requirement. Submit offers to A1C Joshue Madilar at [email protected] and TSgt Rommel Delmundo at [email protected].
*Please include the solicitation number, FA486117RB710- Nellis AFB Airshow Logistics Support, is in the Subject Line of the email to ensure prompt receipt of your proposal.
Below are the names and telephone numbers of the individuals to contact for information regarding this solicitation.
Primary Point of Contact Secondary Point of Contact
Rommel Delmundo, TSgt, USAF Joshue Madilar, A1C, USAF
Contracting Officer Contract Specialist
702-652-5488 702-652-9564
[email protected] [email protected]