Federal Bid

Last Updated on 21 Mar 2020 at 3 AM
Combined Synopsis/Solicitation
Fargo North dakota

Chase Plane Services

Solicitation ID PANNGB20P7405
Posted Date 12 Mar 2020 at 5 PM
Archive Date 20 Mar 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nt Uspfo Activity Ndang 119
Agency Department Of Defense
Location Fargo North dakota United states 58102

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:

  1. DUNS Number.
  2. Federal Tax ID Number.
  3. CAGE Code.
  4. Contractor’s Legal Name.
  5. Payment Terms (NET 30) or Discount.
  6. Point of Contact and Phone Number.
  7. Email address.
  8. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
  9. TECHNICAL ACCEPTABILITY INFORMATION:  Provide details of your firm's ability to carry out the services requested as well as aircraft performance information related to the proposed aircraft to be used by the contractor. This information will be used to determine the technical capability of the services sought.  Chase Aircraft, Observer and Pilot qualifications in accordance with paragraphs 1.4.7.1, 1.4.7.2, and 1.4.7.3 of the PWS shall also be provided to determine technical acceptability.
  10. PRICE:  Provide pricing in terms of "Cost per RPA Mission" based on the requirements identified in the attached PWS and a quantity of 120 Flights for the Base Year and 120 Flights for Option Year 1 .  The price that is provided should include costs for the initial rendezvous at Hector IAP and flight to the Restricted Area and then the return flight from the Restricted Area back to Hector IAP.  This information is included in the PWS.  Pricing information provided by any interested contractor shall provide Contract Manpower Reporting Applications (CMRA) fee, if applicable.
  11. ADDITIONAL FEE ASSOCIATED WITH CONTRACT MANPOWER REPORTING APPLICATIONS (CMRA) REQUIREMENT. Any resultant award/contract shall require that ALL contractor Labor Hours (including subcontractor labor hours) are reported for performance of services provided for the Department of the Air Force via a secure data collection site. See paragraph 5.20 of the associated Performance Work Statement for additional details. While additional charges are authorized, offerors are also permitted to meet this requirement at no additional cost to the Government.
  12. LENGTH OF TERM THAT OFFERS ARE VALID.  The price that is provided per RPA Mission shall include a length of term in which the offeror’s quote is valid for (i.e. 30, 60, 90 days).

**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:

  1. Technical capability of the services offered to meet the Government requirement
  2. Price
  3. Past Performance

***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)

Bid Protests Not Available

Similar Past Bids

Fargo North dakota 04 Jun 2021 at 1 PM
Fargo North dakota 06 Mar 2021 at 5 PM
Kaneohe Hawaii 05 Aug 2021 at 4 PM
Kaneohe Hawaii 09 Aug 2021 at 10 PM
Kaneohe Hawaii 11 Aug 2021 at 9 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM (estimated)
Atlanta Louisiana 29 Dec 2025 at 5 AM