Amendment to Combined Synopsis/Solicitation – Aircraft Fire Training Facility Maintenance and Repair
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: Aircraft Fire Training Facility Maintenance and Repair
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: F2F3235034A001
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Hurlburt FieldMary Esther, FL
Place of Performance (zipcode): 32544
Place of Performance Country: US
Description:
Air Force Special Operations Command
1 SOCONS- Hurlburt
The Solicitation due date has been extended to
Subject requirement is for Maintenance and Repair of the Aircraft Fire Training Facility at
Offerors shall provide pricing as follows:
Contract Line Item (CLIN) 0001, Preventative Maintenance IAW the attached PWS. Quantity 4 Each Base Year: POP
Contract Line Item (CLIN) 0002, Unscheduled Repairs (labor) IAW the attached PWS. Quantity 1 Lot Base Year: POP
Contract Line Item (CLIN) 0003, Reimbursable Parts IAW the attached PWS. Quantity 1 Lot Base Year: POP
Contract Line Item (CLIN) 0004, Reimbursable Travel IAW the attached PWS. Quantity 1 Lot Base Year: POP
Contract Line Item (CLIN) 1001, Preventative Maintenance IAW the attached PWS. Quantity 4 Each Option Year 1: POP
Contract Line Item (CLIN) 1002, Unscheduled Repairs (labor) IAW the attached PWS. Quantity 1 Lot Option Year 1: POP
Contract Line Item (CLIN) 1003, Reimbursable Parts IAW the attached PWS. Quantity 1 Lot Option Year 1: POP
Contract Line Item (CLIN) 1004, Reimbursable Travel IAW the attached PWS. Quantity 1 Lot Option Year 1: POP
Contract Line Item (CLIN) 2001, Preventative Maintenance IAW the attached PWS. Quantity 4 Each Option Year 2: POP
Contract Line Item (CLIN) 2002, Unscheduled Repairs (labor) IAW the attached PWS. Quantity 1 Lot Option Year 2: POP
Contract Line Item (CLIN) 2003, Reimbursable Parts IAW the attached PWS. Quantity 1 Lot Option Year 2: POP
Contract Line Item (CLIN) 2004, Reimbursable Travel IAW the attached PWS. Quantity 1 Lot Option Year 2: POP
Contract Line Item (CLIN) 3001, Preventative Maintenance IAW the attached PWS. Quantity 4 Each Option Year 3: POP
Contract Line Item (CLIN) 3002, Unscheduled Repairs (labor) IAW the attached PWS. Quantity 1 Lot Option Year 3: POP
Contract Line Item (CLIN) 3003, Reimbursable Parts IAW the attached PWS. Quantity 1 Lot Option Year 3: POP
Contract Line Item (CLIN) 3004, Reimbursable Travel IAW the attached PWS. Quantity 1 Lot Option Year 3: POP
Contract Line Item (CLIN) 4001, Preventative Maintenance IAW the attached PWS. Quantity 4 Each Option Year 4: POP
Contract Line Item (CLIN) 4002, Unscheduled Repairs (labor) IAW the attached PWS. Quantity 1 Lot Option Year 4: POP
Contract Line Item (CLIN) 4003, Reimbursable Parts IAW the attached PWS. Quantity 1 Lot Option Year 4: POP
Contract Line Item (CLIN) 4004, Reimbursable Travel IAW the attached PWS. Quantity 1 Lot Option Year 4: POP
CLINs 5001-5004 are for use of FAR Clause 52.217-8, "Option to Extend Services." Offerors shall not submit pricing for CLINs 5001-5004, they will be filled in by the Government for evaluation purposes only and will not be included in the total awarded value of the contract. The Government will utilize the offeror's fourth option period pricing in determining the price for CLINs 5001-5004. The Government intends to price and fund CLINS 5001-5001 only if FAR Clause FAR 52.217-8 "Option to Extend Services" is exercised.
Contract Line Item (CLIN) 5001, Preventative Maintenance IAW the PWS. Pricing and the period of performance will be determined at the time this
Contract Line Item (CLIN) 5002, Unscheduled Repairs (labor) IAW the attached PWS. Pricing and the period of performance will be determined at the time this
Contract Line Item (CLIN) 5003, Reimbursable Parts IAW the attached PWS. Pricing and the period of performance will be determined at the time this
Contract Line Item (CLIN) 5004, Reimbursable Travel IAW the attached PWS. Pricing and the period of performance will be determined at the time this
See attached PWS for description of the requirement.
Performance will take place at the Aircraft Fire Training Facility,
The following provisions and clauses apply to this solicitation and clauses will remain in full force in any resultant award. The full text of all clauses and provisions may be accessed electronically at http://farsite.hill.af.mil.
FAR 52.203-3 - Gratuities (
AFFARS 5352.201-9101 OMBUDSMAN (
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Lt Col
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
FAR 52.212-1, Instructions to Offerors - Commercial Items (
(End of Clause)
Addendum to 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (
A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price.
A. The response shall consist of three (3) separate parts: Part I - Cover Sheet Part II - Offeror Schedule Part II - Technical Proposal.
1. Part I - Cover Sheet. Offerors shall submit a Cover Sheet containing the following information: Submit an original and one (1) copy
1.1 Time specified in the solicitation for receipt of offers:
1.2 Company name;
1.3 Company address and remit to address if different than mailing address;
1.4 Company telephone number;
1.5 Company e-mail address;
1.6 Company point of contact(s);
1.7 SAM registration expiration date;
1.8 CAGE code;
1.9 DUNS number;
1.10 Registration confirmation for NAICS code 811310;
1.11 Acknowledge Solicitation Amendments (if issued);
2. PART II - OFFER SCHEDULE - Submit original and one (1) copy.
Insert proposed unit and extended prices on the Offer Schedule for each Contract Line Item Number (CLIN), including all option periods. The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal must be submitted for a base period plus four (4) option periods.
1. PART III - TECHNICAL PROPOSAL - Limited to no more than ten (10) pages. Submit original plus one (1) copy. The technical proposal shall consist of two parts: a. Annual Preventative Maintenance Inspection (PMI) Schedule. The offeror's annual PMI schedule shall address how maintenance will be performed in accordance with the PWS.
b. Technician Qualifications in accordance with paragraph 1.1.3 of the PWS. The offeror shall submit copies of the
Offerors shall not simply restate Performance Work Statement (PWS) verbiage, but explain how they intend to fulfill the PWS requirements.
1. Pages exceeding the page limitations set forth in this section will not be read or evaluated, and will be removed from the proposal.
2. The technical proposal shall be on 8 1/2" x 11" paper except for foldouts used for charts, tables, or diagrams, which may not exceed 11" x 17". A page is defined as one face of a sheet of paper containing information and excludes such things as blank pages, title pages, tables of contents, tabs, dividers, and indices. All pages shall have a minimum margin of 1" on the sides and 1/2" on top and bottom. (excluding document numbers, classification markings, and page numbers). All material must be contained within the page limits identified for each volume. Type shall be 12-pitch font. Text lines shall be spaced a minimum of 1 1/2 spaces. Elaborate formats, bindings or color presentations are not desired or required.
B. Faxed or e-mailed proposals will NOT be accepted. Proposals will be accepted by mail or hand-carried to: 1 SOCONS/LGCA Attention: Mr.
1. Offerors are cautioned that
2. To obtain a visitor pass, the offeror shall contact
3. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers."
4. All questions regarding this solicitation must be presented in writing via email to both points of contact listed within this solicitation no later than the close of business ten (10) days prior to the solicitation closing date. Offerors shall include the solicitation number in the subject line of any email submitted. All questions and subsequent answers will be posted to www.fbo.gov as an Amendment to the solicitation. Contractors are responsible for monitoring www.fbo.gov for updates. If no questions are submitted, the Government will assume that the offeror fully understands all requirements of the solicitation. a) Points of contact: i)
(End of Addendum)
FAR 52.212-2 - EVALUATION--COMMERCIAL ITEMS (
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
EVALUATION - COMMERCIAL ITEMS (
(1) PRICE (2) TECHNICAL
Technical is approximately equal to price
(b) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s) For evaluation purposes of the pricing for CLINS 52.217-8, see paragraph E below.
(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.
ADDENDUM TO 52.212-2, "EVALUATION-COMMERCIAL ITEMS (
A. This acquisition will utilize a LPTA approach, in which the Government intends to award to an offeror with a technically acceptable l proposal and the lowest overall total evaluated price.
The LPTA approach does not permit tradeoffs between price/cost and past performance, and will include an evaluation for technical acceptability.
B. Proposals that are unrealistic in terms of technical acceptability or price may be rejected at any time during the evaluation process. The Government reserves the right to make an award without discussions; however, discussions may be conducted with all, some, or none of the offerors. Offerors may be required to participate in telephone discussions or in face-to-face oral discussions at the
C. The Government intends to award a Firm-Fixed-Price contract as a result of this solicitation.
D. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received, without discussion of such offers.
E. Price Evaluation. Each offerors' price submitted in the Offer Schedule will be evaluated for completeness and reasonableness. Unrealistically low proposed costs/prices may be grounds for eliminating a proposal from competition either on the basis that either the offeror does not understand the requirement or the offeror has made an unrealistic proposal.
Total Evaluated Price = (Total Evaluated Price for Base Period) + (Total Evaluated Price for Option Period 1) + (Total Evaluated Price for Option Period 2) + (Total Evaluated Price for Option Period 3) + (Total Evaluated Price for Option Period 4) + (Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8). Total Evaluated Price for Base Period Option Periods 1 through 4: Quantities identified will be multiplied by the unit price to confirm the extended price and then the extended price for all CLINS will be added together for a total for that specific period. Unit prices shall be used in the event that extended prices are calculated incorrectly.
Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8: Offerors shall not submit pricing for the Option to Extend Services CLINS. The Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8 will be calculated by multiplying a quantity of 6 months by the unit prices proposed at Option Period 4. The prices are evaluated in the Total Evaluated Price for evaluation purposes only. The Option to Extend Services is not considered part of the contract period of performance and resultantly these totals shall not be included in the contract, however the CLINS will be added as information only. If the government exercises FAR 52.217-8, Option to Extend Services, the extension will not exceed 6 months total and the information only CLINS will be changed to priced CLINS at a monthly price equal to the preceding period of performance's most current monthly price.
F. Technical Evaluation. Offers shall be evaluated independently of the cost/price proposal evaluation to determine the offerors compliance with the technical requirements of this solicitation. The government may make a final determination as to the rating of an offer based on the proposal as submitted without requesting any further information.
The Technical factor will receive an overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in Table 1 below: The Government's technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning one of the ratings described below for each subfactor. Any subfactor evaluated as "Unacceptable" will render the entire proposal unacceptable and, therefore, un-awardable. Only those proposals determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. However, the offeror is cautioned that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion.
Table 1. Technical Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation.
Evaluators shall assign a rating, which falls within one of the following ranges according to the degree to which the offeror meets the minimum requirements described above:
Annual PMI Schedule- The annual PMI schedule will be rated acceptable if it demonstrates a reasonable approach for how the offeror plans to perform prevenatitve maintenance for the Aircraft Fire Training Facility.
Technician Qualifications in accordance with paragraph 1.1.3 of the PWS - Technician qualifications will be rated acceptable if the offeror submits copies of current
G. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. (End of Addendum)
Point of contact is
List of Attachments: 1 - PWS dated
Link/URL: https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3235034A001/listing.html



Maine Cheapest State To Insure A New Car
Advisor News
- Wellmark still worries over lowered projections of Iowa tax hike
- Wellmark still worries over lowered projections of Iowa tax hike
- Could tech be the key to closing the retirement saving gap?
- Different generations are hopeful about their future, despite varied goals
- Geopolitical instability and risk raise fears of Black Swan scenarios
More Advisor NewsAnnuity News
- How to elevate annuity discussions during tax season
- Life Insurance and Annuity Providers Score High Marks from Financial Pros, but Lag on User Friendliness, JD Power Finds
- An Application for the Trademark “TACTICAL WEIGHTING” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
- Rethinking whether annuities are too late for older retirees
More Annuity NewsHealth/Employee Benefits News
- Wellmark still worries over lowered projections of Iowa tax hike
- Families defend disability services amid health cuts
- RANDALL LEADS 43 DEMOCRATS IN DEMANDING ANSWERS FROM OPM OVER DECISION TO ELIMINATE COVERAGE FOR MEDICALLY NECESSARY TRANS HEALTH CARE
- Trump's Medicaid work mandate could kick thousands of homeless Californians off coverageTrump's Medicaid work mandate could kick thousands of homeless Californians off coverage
- Senator Alvord pushes back on constant cost increases of health insurance with full bipartisan support
More Health/Employee Benefits NewsLife Insurance News
- Gulf Guaranty Life Insurance Company Trademark Application for “OPTIBEN” Filed: Gulf Guaranty Life Insurance Company
- Marv Feldman, life insurance icon and 2011 JNR Award winner, passes away at 80
- Continental General Partners with Reframe Financial to Bring the Next Evolution of Reframe LifeStage to Market
- ASK THE LAWYER: Your beneficiary designations are probably wrong
- AM Best Affirms Credit Ratings of Cincinnati Financial Corporation and Subsidiaries
More Life Insurance News