This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Funding is not currently available; however, funds are anticipated at time of award.
The solicitation number for this procurement is FA4830-16-Q-0005 and it is issued as a Request for Quotation (RFQ).
All References to "offer" or "offeror" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-84, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2015-1001. The North American Industry Classification System (NAICS) code is 611699. This acquisition will be 100% small business set aside. The size standard is $11,000,000.00.
Description: The contractor shall provide instructional services/training for Combat Rescue Officer(CRO) and Pararescue(PJ) Mission Qualification Training. Services shall be provided in the continental United States (CONUS) at contractor identified locations during the period of performance. See attached Statement of Work.
Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein.
PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes.
LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of offers WILL NOT be considered.
EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government, based on price and technical factors. Technical factors are equal to price in relative weight.
Price: Evaluation of price will be based on overall total price for MQT 16-4 Tasks, Conditions, Standards (TCS) Option 1 (Op1) and MQT 16-4 Tasks, Conditions, Standards (TCS) Option 2 (Op2) separately. Quoters must ensure that submitted prices are clearly and separately identified as two (2) individual quotes for Option 1 and Option 2. Award will be based on Lowest Price Technically Acceptable (LPTA).
Technical: Evaluation of technical capability will consist of evaluating quotes demonstrating technical capability and instructor resumes as outlined in the Statement of Work.
ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) FORMERLY (CCR). Information concerning SAM requirements may be viewed via the internet at www.sam.gov or by calling the SAM Registration Centers at 866-606-8220.
The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes
QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Quoters that fail to furnish the required representation information via submission or reject the terms and conditions of the solicitation may be excluded from consideration.
The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents.
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items
FAR 52.212-4, Contract Terms and Conditions-Commercial Items;
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items;
Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference:
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies.
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.225-1, Buy American - Supplies;
FAR 52.225-13 Restrictions on certain foreign Purchases;
FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management.
Applicable to Defense Acquisitions of Commercial Items:
DFARS 252.204-7004 Alternate A, Central Contractor Registration
Pursuant to FAR Clause 252.212-7001 the following clauses are hereby incorporated by reference:
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests;
DFARS 252.247-7023, Transportation of Supplies by Sea
AFFARS 5352.201-9101, Ombudsman.
EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCA) LOCATED AT 4380B ALABAMA RD. BLDG 932, MOODY AFB GA 31699 NO LATER THAN 10:00 A.M. E.S.T. ON DECEMBER 7, 2015. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED.
Primary Point of Contact: Amn Peter Hobold, Email: [email protected]
Phone: 229-257-4721
Alternate Point of Contact: SSgt Joseph Pittman, Email: [email protected]
Phone: 229-257-3947
ATTACHMENTS:
Attachment 1 - Statement of Work (SOW) for MQT 16-4, Revision 2 (25/Nov/15)
Attachment 2 - MQT 16-4 TASKS, CONDITIONS, STANDARDS (TCS) OPTION 1 (OP 1)
Attachment 3 - MQT 16-4 TASKS, CONDITIONS, STANDARDS (TCS) OPTION 2 (OP 2)
SUMMARY OF CHANGES:
INCORPORATES
- 38TH RESCUE SQUADRON STATEMENT OF WORK (SOW) 16-4 REV 2 DATED 25 NOVEMBER 2015 (REPLACES 38TH RESCUE SQUADRON STATEMENT OF WORK 16-2)
- MQT 16-4 TASKS, CONDITIONS, STANDARDS (TCS) OPTION 1 (OP 1)
- MQT 16-4 TASKS, CONDITIONS, STANDARDS (TCS) OPTION 2 (OP 2)
- Price Evaluation: Submission of separate quotes for MQT 16-4 Option 1 and Option 2
RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCA) LOCATED AT 4380B ALABAMA RD. BLDG 932, MOODY AFB GA 31699 NO LATER THAN 10:00 A.M. E.S.T. ON DECEMBER 7, 2015. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED.