Federal Contract Opportunity

Last Updated on 10 Apr 2024 at 9 PM
Combined Synopsis/Solicitation
Mcclellan California

Airfield Operations & Management Services & Air Rescue & Fire (ARFF) Services

Details

Solicitation ID 70Z08424RALAM0001
Posted Date 10 Apr 2024 at 9 PM
Response Date 10 Jun 2024 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Log-9
Agency Department Of Homeland Security
Location Mcclellan California United states 95652

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sign up to access Documents

Signup now

This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures in FAR Part 12, Acquisition of Commercial Products and Commercial Services, and FAR Part 15, Contracting by Negotiation.  Solicitation 70Z08424RALAM0001 is issued as a Request For Proposals (RFP). This is a Sole Source requirement under FAR Part 6.302, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The North American Industry Classification System (NAICS) code 561990 applies to this RFP, and its size standard is $16.5 million.  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 dated 02/23/2024. Collective Bargaining Agreement (CBA) CBA-2023-346, revision 0, dated 08/10/2023 is applicable and is attached.

To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov.

This requirement is to provide Airfield Operation and Management Services and Aircraft Rescue and Fire Fighting Services (ARFF) at U.S. Coast Guard Air Station Sacramento, McClellan, CA. The period of performance will be from September 16, 2024 to September 15, 2025 with two one-year option periods (if exercised by the Government).

QUESTIONS: Requests for clarification regarding this solicitation will be submitted via email to the Contracting Officer, Jing Liu at [email protected]. It shall be the obligation of the offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concers regarding the information in this solicitation.  Requests for clarifications are due no later than May 1, 2024 at 2:00 p.m. Pacific time. After this date and time, further requests may not be accepted due to time constraints.  Questions/concerns will be compiled and addressed on an “Amendment of Solicitation” (SF-30) and will be posted on the SAM website for viewing by all potential offerors.

The contractor shall provide all management, personnel, equipment, tools, materials, and transportation to provide Airfield Operations and Management Services including ARFF services in support of USCG Air Station Sacramento, in accordance with the attached PWS. The Airfield Operation and Management services includes runways, taxiways, clear-zones, ramps and aircraft parking areas, navigational aids to support Instrument Flight Rules Operations, and Automated Weather Observation System. The ARFF services include training and staffing in accordance with COMDTINST M5100.47D (series), Safety and Environmental Health Manual and National Fire Protection Association (NFPA) 403 standards. This includes the provision of ARFF vehicle and associated maintenance and repair, the provision of ARFF necessary equipment and emergency communication systems, and environmental spill response in accordance with NFPA 412 and 414 standards. Failure to read the Performance Work Statement in its entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror’s risk. All proposals submitted in response to this solicitation shall stand firm for 120 calendar days from the response date of this solicitation.

The following information is highlighted for your attention:
1. Technical proposal
2. Price proposal. Please fill in the Schedule of Supplies/Services on pages 4-7 of the attached Continuation of Combined Synopsis/Solicitation.

3. Proof of Insurance (statement of coverage from current insurance carrier)
4. Any issued amendments to the solicitation.
5. ATTACHMENT, Continuation of Combined Synopsis/Solicitation. Please review each page of this attachment thoroughly as it contains more proposal instructions and provisions which may contain blocks that must be completed.

6. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) Addendum

7. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021)

8. Include a completed copy of the provision at FAR 52.212-3

9. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023) Addendum

10.FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Feb 2024)


PROPOSAL DUE DATE:
The submission of the proposal will be accepted as either a hardcopy submission or electronic submission; submitting using both options is acceptable, but not required. The submission information is as follows:

Written Submission:

Contracting Officer

US Coast Guard, Operational Logistics Command (LOG)

Office of Procurement and Contracting,

Commercial Support Services Branch (LOG-932)

Coast Guard Island, Bldg. 54-C

Alameda, CA 94501-5100                      

Electronic Submission: Please send to both contacts: [email protected];                         [email protected];

ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about August 15, 2024. A post-award conference will normally be held within one week of the scheduled start date.

ATTACHMENTS TO THIS NOTICE:

Continuation of Combined Synopsis/Solicitation

Attachment 1 – Performance Work Statement

Attachment 2-3 – Performance Requirements Summary/Contract Discrepancy Report

Attachment 4 – Quality Assurance Surveillance  Plan (QASP)

Attachment 5 – CBA 2023-346 Rev.0

Attachment 6 – Department of Labor Wage Determination No: 2015-5631, Rev.20 , Dated 12/26/23

JOTFOC ARFF 3-Year Redacted

Similar Awards

Sacramento California 30 Jun 2017 at 4 PM
Harrison township Michigan Not Specified
Harrison township Michigan Not Specified
Location Unknown 28 Mar 2016 at 11 AM