Federal Bid

Last Updated on 10 Jun 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

TACTS Towers Transportation

Solicitation ID FA4830-16-Q-0028
Posted Date 17 May 2016 at 8 PM
Archive Date 10 Jun 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4830 23 Cons Cc
Agency Department Of Defense
Location Georgia

Solicitation No: FA4830-16-Q-0028
Requirement: TACTS Towers Mx

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.

The solicitation number for this procurement is FA4830-16-Q-0028 and it is issued as a Request for Quotation (RFQ).

All References to "offer" or "offeror" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance.

This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-87-Correction, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2015-1001. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 532411. The small business size standard is $32.5 million. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a).

Description: The purpose of this solicitation is to provide maritime transportation to and from eight (8) offshore Tactical Air Control Tower Systems (TACTS) towers for Moody AFB in accordance with Attachment 1: Statement of Work (SOW).

Quotations must be submitted on Attachment 2: Pricing Schedule

FOB Point: Destination (Moody AFB, GA.)

Period of Performance is as follows:

Base Year: 1 June 2016 through 30 September 2016

Option Year 1: 1 October 2016 through 30 September 2017

Option Year 2: 1 October 2017 through 30 September 2018

Option Year 3: 1 October 2018 through 30 September 2019

Option Year 4: 1 October 2019 through 30 September 2020

All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Offerors that fail to furnish the required representation information via submission or SAM registration, or reject the terms and conditions of the RFQ, may be excluded from consideration.

The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/.

The following clauses will be incorporated by reference into the resulting contract.

FAR

52.249-2

Termination for Convenience of the Government

April-12

FAR

52.201-1

Definitions

Nov-13

FAR

52.204-4

Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

May-11

FAR

52.204-10

Reporting Executive Compensation and First-Tier Subcontract Awards

Oct-15

FAR

52.207-1

Notice of Standard Competition

May-06

FAR

52.207-2

Notice of Streamlined Competition

May-06

FAR

52.209-2

Prohibition on Contracting with Inverted Domestic Corporations--Representation

Nov-15

FAR

52.209-6

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

Oct-15

FAR

52.242-15

Stop-Work Order

Aug-89

FAR

52.209-10

Prohibition on Contracting With Inverted Domestic Corporations

Nov-15

FAR

52.219-6

Notice of Total Small Business Set-Aside

Nov-12

FAR

52.219-28

Post-Award Small Business Program Rerepresentation

Jul-13

FAR

52.222-3

Convict Labor

Jun-03

FAR

52.222-19

Child Labor - Cooperation with Authorities and Remedies

Jan-14

FAR

52.222-21

Prohibition of Segregated Facilities

Feb-99

FAR

52.222-26

Equal Opportunity

Mar-07

FAR

52.222.35

Equal Opportunity for Veterans

Oct-15

FAR

52.222-36

Equal Opportunity of Workers With Disabilities

Jul-14

FRA

52.222-37

Employment Reports on Veterans

Frb-16

FAR

52.222-41

Service Contract Labor Standards

May-14

FAR

52.222-50

Combating Trafficking in Persons

Feb-09

FAR

52.223-2

Affirmative Procurement of Biobased Products Under Service And Construction Contracts

Sep-13

FAR

52.223-3

Hazardous Material Identification and Material Safety Data

Jan-97

FAR

52.223-5

Pollution Prevention and Right-to-Know Information

May-11

FAR

52.223-5 Alt I

Pollution Prevention and Right-to-Know Information Alternate I

May-11

FAR

52.223-17

Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts

May-08

FAR

52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

Aug-11

FAR

52.227-1

Authorization and Consent

Dec-07

FAR

52.227-2

Notice and Assistance Regarding Patent and Copyright Infringement

Dec-07

FAR

52.227-3

Patent Indemnity

Apr-84

FAR

52.232-23

Assignment of Claims

May-14

FAR

52.232-33

Payment by Electronic Funds Transfer - System for Award Management

Jul-13

FAR

52.232-39

Unenforceability of Unauthorized Obligations

Jun-13

FAR

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

Dec-13

FAR

52.233-1

Disputes

May-14

FAR

52.233-3

Protest After Award

Aug-96

FAR

52.233-4

Applicable Law for Breach of Contract Claim

Oct-04

FAR

52.237-2

Protection of Government Buildings, Equipment, and Vegetation

Apr-84

FAR

52.232-18

Availability Of Funds

Apr-84

FAR

52.242-13

Bankruptcy

Jul-95

FAR

52.247-5

Familiarization with Conditions

Apr-84

FAR

52.247-6

Financial Statement

Apr-84

FAR

52.247-7

Freight Excluded

Apr-84

FAR

52.247-12

Supervision, Labor, or Materials

Apr-84

FAR

52.247-17

Charges

Apr-84

FAR

52.247-27

Contract Not Affected by Oral Agreement

Apr-84

FAR

52.249-1

Termination for Convenience of the Government (Fixed-Price) (Short Form)

Apr-84

FAR

52.249-8

Default (Fixed-Price Supply and Service)

Apr-84

DFARS

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

Sep-11

DFARS

252.203-7002

Requirement to Inform Employees of Whistleblower Rights

Sep-13

DFARS

252.204-7003

Agency Office of the Inspector General

Dec-12

DFARS

252.204-7012

Safeguarding of Unclassified Controlled Technical Information

Nov-13

DFARS

252.204-7015

Disclosure of Information to Litigation Support Contractors

Feb-14

DFARS

252.223-7006

Prohibition on Storage and Disposal of Toxic and Hazardous Materials

Apr-12

DFARS

252.225-7012

Preference for Certain Domestic Commodities

DFARS

252.225-7048

Export-Controlled Items

Jun-13

DFARS

252.232-7010

Levies on Contract Payments

Dec-06

DFARS

252.243-7001

Pricing of Contract Modifications

Dec-12

DFARS

252.244-7000

Subcontracts for Commercial Items

Jun-13

DFARS

252.247-7023

Transportation of Supplies by Sea

Apr-14

AFFARS

5352.223-9000

Elimination of Use of Class I Ozone Depleting Substances (ODS)

Nov-12

The following clauses will be incorporated by full text in the resulting contract.

FAR

52.252-2

Clauses Incorporated by Reference - web address http://farsite.hill.af.mil

Feb-98

FAR

52.204-19

Incorporation by Reference of Representations and Certifications

Dec-14

FAR

52.212-5

Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items

Jul-14

FAR

52.252-6

Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)"

Apr-84

FAR

52.219-13

Notice of Set-Aside of Orders

Nov-11

FAR

52.217-8

Option to Extend Services, with blank filled in indicating "thirty (30) days."

Nov-9

 FAR

52.217-9

Option to Extend the Term of the Contract, with first blank indicating "thirty (30) days or earlier"; second blank indicating "sixty (60) days"; third blank indicating "five (5) years."

Mar-00

DFARS

252.223-7001

Hazard Warning Labels

Dec-91

DFARS

252.232-7006

Wide Area Workflow Payment Instructions (to be filled in at time of award)

May-13

DFARS

252.232-7007

Limitation of Government's Obligation- to be available for fill-in in the event incremental funding is required.

Apr-14

AFFARS

5352.201-9101

Ombudsman (to be filled in at time of award)

Apr-14

The following provisions apply to the solicitation only and must be printed and returned with the quote.

FAR

52.212-3

Offeror Representations and Certifications --Commercial Items

May-14

FAR

52.212-3 Alt I

Offeror Representations and Certifications --Commercial Items - Alternate I

May-14

FAR

52.219-1

Small Business Program Representations

Apr-12

FAR

52.219-1 Alt I

Small Business Program Representations - Alternate I

May-14

FAR

52.222-22

Previous Contracts and Compliance Reports

Feb-99

FAR

52.222-25

Affirmative Action Compliance

Apr-84

The following provisions apply for informational purposes to the solicitation only, and may require the quoter to submit documentation as applicable.

FAR

52.212-2

Evaluation-Commercial Items

Oct-14

FAR

52.204-7

System for Award Management

Jul-13

FAR

52.209-2

Prohibition on Contracting with Inverted Domestic Corporations-Representation

May-11

FAR

52.212-1

Instructions to Offerors-Commercial Items

Apr-14

FAR

52.212-4

Contract Terms and Conditions-Commercial Items

May-14

FAR

52.223-4

Recovered Material Certification

May-08

DFARS

252.203-7005

Representation Relating to Compensation of Former DoD Officials

Nov-11

DFARS

252.204-7004

Alternate A, System for Award Management

Feb-14

Response Time: Response Time: Quotations will be accepted at the 23d Contracting Squadron located at 4380B Alabama Rd, Bldg 932, Moody AFB, GA 31699 no later than 1:00 P.M. Eastern Standard Time on Monday, 26 May 2016. Email quotations will be accepted and are encouraged; however, no facsimile quotations will be accepted. All email quotations shall be marked with the RFQ number and title, and sent to both the primary and alternate points of contact provided below.

The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition.

Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation:

1. Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 2. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231).

2. Technical: Specifications and supporting information must be submitted that clearly demonstrate that the vessel and on-board generator that the quoter intends to use to fulfill the resluting contract meet the requirements of the SOW. The specifications and supporting information submitted must include pictures of the vessel taken in the past year (from the date of the solictation being posted) and information that demonstrates ...

A.) The vessel has an aft or upper working deck with a minimum of 600 square feet of usable, open work space. (SOW 1.2.1.1)

B.) The on-board generator is capable of producing a minimum of 5000 watts of 110V AC electric power to be dedicated to power production for operation of a portable 160 ampere rated welder and other small hand-held electrical tools. (SOW 3.2)

C.) The sleeping arrangements are adequate for 10 personnel (1 person per bed). (SOW 1.2.1).

3. The contractor may submit past performance references. The contract may not submit more than 3 past performance references. References should be for maritime transportation services similar in scope to this requirement that has occurred in the last five years of the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance.

4. Completed attachements 4 (SF LLL, Disclosure of Lobbying Activities), and 5 (Financial Information).

Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price and Technical Factors.

Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year.

Technical: Technical will be evaluated on an Acceptable/Unacceptable basis. To be technically acceptable the quote must include specifications and supporting information that clearly demonstrates that the vessel and on-board generator that the quoter intends to use to fulfill the resluting contract meet the requirements of the SOW. The specifications and supporting information submitted must include pictures of the vessel taken in the past year (from the date of the solictation being posted) and information that demonstrates ...

A.) The vessel has an aft or upper working deck with a minimum of 600 square feet of usable, open work space. (SOW 1.2.1.1)

B.) The on-board generator is capable of producing a minimum of 5000 watts of 110V AC electric power to be dedicated to power production for operation of a portable 160 ampere rated welder and other small hand-held electrical tools. (SOW 3.2)

C.) The sleeping arrangements are adequate for 10 personnel (1 person per bed). (SOW 1.2.1).

Past Performance: Evaluation of past performance will consider past performance information obtained from any suitable source, contractor submitted information, Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Past performance will be rated as Acceptable or Unacceptable. If information on Past Performance is not available or so sparse that no meaningful past performance is shown, past performance will be unknown and as such rated Acceptable.

Questions and Answers: Should you have any questions about this requirement, please submit them no later than 4:00 PM EST 11 May 2016. All questions must be submitted via email. Answers to all questions will be posted to FBO no later than COB 17 May 2016.

Primary Point of Contact: SrA Cameron Etheridge, Email: [email protected], Phone: 229-257-4715

Alternate Point of Contact: SrA Lucas Richardson, Email: [email protected], Phone: 229-257-4716

ATTACHMENTS:

Attachment 1 - Statement of Work (SOW)

Attachment 2 - Pricing Schedule

Attachment 3 - DOL Wage Determination

Attachment 4 - SF LLL, Disclosure of Lobbying Activities, dated July 1997

Attachment 5 - Contractor Financial Information

Bid Protests Not Available

Similar Past Bids

Key west Florida 21 Jun 2011 at 9 PM
Gulf North carolina 07 Dec 2009 at 6 PM
Location Unknown 05 Nov 2015 at 4 PM
Location Unknown 05 Nov 2015 at 7 PM
Location Unknown 17 Apr 2012 at 8 PM

Similar Opportunities

Moody air force base Georgia 29 Jul 2025 at 6 PM
Moody air force base Georgia 29 Jul 2025 at 6 PM
Herndon Virginia 21 Jul 2025 at 5 PM
Herndon Virginia 21 Jul 2025 at 5 PM
Herndon Virginia 17 Jun 2026 at 5 PM