Federal Bid

Last Updated on 22 Aug 2017 at 8 AM
Combined Synopsis/Solicitation
Maple North carolina

MK IX Spitfire Aerobatic performance

Solicitation ID W912JB-17-T-4053
Posted Date 02 Aug 2017 at 3 PM
Archive Date 22 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nf Uspfo Activity Miang 127
Agency Department Of Defense
Location Maple North carolina United states 43200
 

(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) Solicitation W912JB-17-T-4053 is issued as a Request for Quote (RFQ). 

 

(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95. 

 

(IV) This acquisition is being solicited as restricted (Small Business Set-Aside). The associated NAICS code for this acquisition is 711219. Small Business size standard is $11.0 Million Dollars.  

 

(V) SCHEDULE OF SUPPLIES/SERVICES:

Requirement is for non-personal services. The Contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services to provide aerobatic aircraft demonstrations of the MK IX Spitfire aircraft with authentic warbird "Y2K"paint scheme for the Selfridge Air National Guard Base Open House August 18-20, 2017. Services shall be provided in accordance with the attached Description of service.


CLIN 0001: The Contractor shall provide all personnel, equipment, tools, materials, supervision and other items and services to provide aerobatic aircraft demonstrations of the Spitfire aircraft for the Selfridge Air National Guard Base Open House August 18-20, 2017. Services shall be provided in accordance with the attached Description of service.

 

CLIN 0002: eCMRA Reporting- The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Selfridge ANG Base, MI collection site. The contractor is required to completely fill in all required data fields using the following web ad-dress:  http://www.ecmra.mil/.

 

Reporting inputs will be for the labor executed during the period of performance

during each Government fiscal year (FY), which runs October 1 through

September 30. While inputs may be reported any time during the FY, all data shall

be reported no later than October 31 of each calendar year. Contractors may direct

questions to the help desk at http://www.ecmra.mil/.

 

 

     *** Refer to Description of services for Detailed Requirements and Services***

                                                    

 

 

Quotes should be submitted with pricing according to each individual CLIN listed above.

(VI) This solicitation is for aerobatic aircraft demonstrations of the Spitfire aircraft for the Selfridge Air National Guard Base Open House August 18-20, 2017

 

 (VII) Period of Performance:  August 18-20, 2017

 

(VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation.

 

(IX)  The clause FAR 52.212-2, Evaluation-Commercial Items. The following factors will be used to evaluate offers: (1) Availability of Requested Requirements in accordance with the Performance Work Statement (2) Price, The Government intends to award a contract without discussions and respective offerors.  The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government.  

 

(X)  Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer.  This can be completed electronically at https://sam.gov/. 

 

(XI)  The FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition.

 

 (XII) The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition and the additional clauses in their latest editions apply to this acquisition:

 

Prov                 Title

52.204-7          Instructions to Offerors- Commercial Items

52.204-16        Commercial and Government Entity Code Reporting

52.212-1          Instructions to Offerors- Commercial Items

252.204-7011  Alternative Line Item Structure

52.212-3 Alt I             Offerors Representations and Certifications-Commercial Items, Alternate I

52.222-22                    Previous Contracts and Compliance Reports

52.222-25                    Affirmative Action Compliance

252.204-7004              Alternate A, System for Award Management

 

Clause             Title

52.204-13        System for Award Management Maintenance

52.209-10        Prohibition on Contracting with Inverted Domestic Corporations

52.212-4          Contract Terms and Conditions--Commercial Items

52.219-6          Total SB Set-aside

52.222-21        Prohibition of Segregated Facilities

52.222-26        Equal Opportunity

52.222-41        Service Contract Labor Standards

52.222-50        Combating Trafficking in Persons

52.222-55        Minimum Wages Under Executive Order 13658

52.223-17        Affirmative Procurement of EPA-designated Items in Service and Construction Contracts

52.223-18        Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13        Restrictions on Certain Foreign Purchases

52.232-33        Payment by Electronic Funds Transfer-System for Award Management

52.232-39        Unenforceabilityof Unauthorized Obligations

52.232-40        Providing Accelerated Payments to Small Business Subcontractors

52.233-1          Disputes

52.233-3          Protest after Award

52.233-4          Applicable Law for Breach of Contract Claim

52.246-4          Inspection of Services--Fixed Price

52.249-1          Termination for Convenience of the Government (Fixed-Price) (Short Form)

252.203-7000  Requirements Relating to Compensation of Former DoD Officials

252.203-7002  Requirement to Inform Employees of Whistleblower Rights

252.204-7003  Control of Government Personnel Work Product

252.204-7012  Safeguarding of Unclassified Controlled Technical Information

252.204-7015  Disclosure of Information to Litigation Support Contractors

252.223-7006  If contractor performance on a DoD installation permitted or required

252.232-7010  Levies on Contract Payments

252.237-7010  Prohibition on Interrogation of Detainees by Contractor Personnel

252.243-7001  Pricing of Contract Modifications

252.244-7000  Subcontracts for Commercial Items

252.247-7023  Transportation of Supplies by Sea

252.247-7024  Notification of Transportation of Supplies by Sea

52.212-5 Dev              Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019)

52.219-28                    Post-Award Small Business Program Rerepresentation

52.222-42                    Statement of Equivalent Rates for Federal Hires

52.252-2                      Clauses Incorporated by Reference

252.232-7003              Electronic Submission of Payment Requests and Receiving Reports

252.232-7006              Wide Area WorkFlow Payment Instructions

PP                                Partial Payments

 

 

(XIII)  Additional Contract Requirements:  N/A

 

 

(XIV)  The Defense Priorities and Allocation System (DPAS) is not applicable to this solicitation.

 

(XV) Offers are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 2:00 P.M. EST, 7 August 2017. FAR 5.101 All responsible sources may submit a response which, if timely received must be considered by the agency.

 

(XVI)  Emailed quotes will be accepted at [email protected].  Point of Contact for this solicitation is David Nicholas - 586-239-2557.

All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: www.fbo.gov.  Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to [email protected].    Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing.  If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply.  Award can only be made to contractors registered in System For Award Management (SAM) (http://www.sam.gov).

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Johnson Vermont 28 Aug 2010 at 6 PM
Brothers Oregon 14 Jul 2010 at 1 PM
Johnson Vermont 20 Dec 2018 at 10 PM
Charleston West virginia 13 Apr 2018 at 9 PM
Mississippi 21 Nov 2018 at 1 PM

Similar Opportunities

Virginia 24 Aug 2025 at 4 AM (estimated)
Mount pleasant Michigan 09 Jul 2025 at 4 PM
Lansing Michigan 23 Jul 2025 at 4 PM