This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) This solicitation is being issued as a request for quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2020-04, Effective January 15, 2020.
(iii) The Product Service Code (PSC) is V121. The NAICS is 481219 and the business size standard is $16.5M. This acquisition is SET ASIDE FOR SMALL BUSINESS.
(iv) Description of Requirements: The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items, and non-personal services necessary to perform chase plane flying services for the 119th Wing, North Dakota Air National Guard. See the Performance Work Statement (PWS) for specific details.
CLIN 0001 CHASE PLANE SERVICES BASE YEAR 1 JOB (120 FLIGHTS)
CLIN 0002 CMRA FEE 1 JOB
CLIN 0003 CHASE PLANE SERVICES OPTION YEAR 1 1 JOB (120 FLIGHTS)
CLIN 0004 CMRA FEE 1 JOB
(v) Description of requirements for the services acquired: See PWS.
(vi) Dates and place of delivery and acceptance: See PWS. The anticipated Period of Performance Period for this effort is 19 March 2020 to 18 March 2021, but is subject to change by the Contracting Officer.
(vii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provisions and clauses can be viewed at https://acquisition.gov.
ADDENDUM TO FAR 52.212-1 Instructions to Offerors-Commercial Items:
Offerors shall prepare their quotations IAW FAR 52.212-1. In addition, the following information shall be included:
**Offerors shall submit quotes electronically via email to the individuals listed at the bottom of this solicitation.
(viii) The provision at 52.212-2, Evaluation -Commercial Items (OCT 2014) applies to this acquisition. Evaluation of proposals will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. Evaluation factors are listed below.
Evaluation-Commercial Items (Oct 2014)
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government in terms of Best Value, with price and other factors considered. The following factors shall be used to evaluate offers:
***Technical and past performance, when combined, are approximately equal when compared to cost or price.
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).
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.
(ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.
(xi) Contract award may be made without discussions.
(xii) Contractors must possess a current S.A.M. Registration to be considered “eligible” for contract award.
(xiii) Responses to this solicitation are to be submitted and received electronically via email by Monday, March 16th, 2020, 3:00 P.M. Central Standard Time (CST). Any questions or requests for information shall be submitted in writing to the individuals listed in paragraph (ix) below no later than Wednesday, March 11th, 2020 3:00 P.M. Central Standard Time (CST).
(xiv) Responses and/or questions are to be submitted electronically to Brian Erdmann via email at [email protected] and Rachel Syverson at [email protected].
(xv) THE FOLLOWING FAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION:
52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements—Representation JAN 2017
52.204-7 System for Award Management OCT 2018
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2018
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities JUL 2018
52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DEC 2019
52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2019
52.204-26 Covered Telecommunications Equipment or Services-Representation DEC 2019
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
52.212-1 Instructions to Offerors--Commercial Items OCT 2018
52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items JAN 2020
52.217-8 Option to Extend Services MAR 2000
52.217-9 Option to Extend the Term of the Contract MAR 2000
52.219-6 Notice Of Total Small Business Set-Aside NOV 2011
52.219-8 Utilization of Small Business Concerns OCT 2018
52.219-14 Limitations on Subcontracting JAN 2017
52.219-28 Post-Award Small Business Program Representation JUL 2013
52.222-3 Convict Labor JUN 2003
52.222-21 Prohibition Of Segregated Facilities APR 2015
52.222-26 Equal Opportunity SEP 2016
52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014
52.222-41 Service Contract Labor Standards AUGUST 2018
52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014
52.222-50 Combating Trafficking in Persons JAN 2019
52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015
52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.249-4 Termination For Convenience Of The Government (Services) (Short Form) APR 1984
52.249-8 Default (Fixed-Price Supply & Service) APR 1984
(xvi) THE FOLLOWING DFARS PROVISIONS AND CLAUSES MAY BE APPLICABLE TO THIS ACQUISITION:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management Alternate A FEB 2014
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (sol)
252.204-7011 Alternative Line Item Structure SEP 2011
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services— Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7031 Secondary Arab Boycott Of Israel JUN 2005
252.227-7015 Technical Data--Commercial Items FEB 2014
252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea APR 2014
(xvii) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT
52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE (NOV 2011)
(a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.
(b) Applicability. This clause applies only to--
(1) Contracts that have been totally set aside or reserved for small business concerns; and
(2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).*
(c) General.
(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.
(2) Any award resulting from this solicitation will be made to a small business concern.
(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.
(End of Clause)