Federal Bid

Last Updated on 01 Oct 2009 at 8 AM
Combined Synopsis/Solicitation
Dover air force base Delaware

Test Examiner

Solicitation ID F1Q3DP9198A001
Posted Date 11 Sep 2009 at 1 PM
Archive Date 01 Oct 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4497 436 Cons Lgc
Agency Department Of Defense
Location Dover air force base Delaware United states 19902

This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is F1Q3DP9198A001 and this solicitation is being issued as a Request For Proposal. The Government intends to award a Firm Fixed Price Contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080513. This acquisition is being solicited as a 100% small business set-aside. The North American Industry Classification System Code (NAICS) 611710, size standard $7.0M. The contractor shall provide the following Services: Test Examiner Services at Dover AFB, DE in accordance with the attached Performance Work Statement dated 15 June 2009 (Attachment 1). The requirement is for only One Year with NO Options. The performance period is as follows:
Base Year: 1 Oct 2009 - 30 Sept 2010.

The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2.
The provisions at 52.212-1, Instruction to Offerors-Commercial Items.

-52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The
offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified
for receipt of offers."

Addenda to 52.212-1: Proposal Preparation Instructions
A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal, and Part II - Past Performance Information.

B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness.

C. Specific Instructions:

 

 

PART I - PRICE PROPOSAL

Insert proposed unit and extended prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal(s) must be submitted for a base year only.

PART II - PAST PERFORMANCE INFORMATION - Only references for same or similar type contracts are desired.

Past Performance Surveys (Attachment 4): The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. Provide a list of no more than three (3), of the most relevant contracts performed for Federal agencies and commercial customers within the last three years. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition.

The provision at 52.212-2, Evaluation - Commercial Items.
(a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Past performance is approximately equal to Price when being evaluated. The Contractor will send Attachment 4, Past and Present Performance Survey to companies for which they've done similar work. The past performance shall be assessed based on the ratings mentioned in Attachment 4 (Exceptional, Good, Satisfactory, Marginal, Unsatisfactory, and Neutral). The questionnaire must come from the referenced companies; forms will not be considered if received from the offeror.
(b) 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).
(c) 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.

The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Items.
The clause at 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-27, Notice of Total Service Disabled Veteran Owned Small Business Set Aside, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.
The clause at 52.215-1, Instruction to Offerors - Competitive Acquisition
The provision at 52.217-5, Evaluation of Options.
The clause at 52.217-8, Option to Extend Services.
The clause at 52.217-9, Option to Extend the Term of the Contract.
The clause at 52.203-3 Gratuities.
The clause at 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government.
The clause at 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment.
The clause at 52.222-41, Service Contract Act of 1965.
The clause at 52.222-42, Statement of Equivalent Rates of Federal Hires.
The clause at 52.222-43, Fair and Labor Standards Act and Service Contract Act
The clause at 52.228-5, Insurance Work on Government Installation.
The provision at 252.212-7000, Offeror Representation and Certifications -Commercial Items.
The clause at 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.
The clause at 252.232-7003 Electronic Submission of Payment Requests.
The clause at 5352.201-9101 Ombudsman.
Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil.

The Government reserves the right to award without discussion. Contractors are encouraged to offer their most advantageous/best proposal. The contractor shall submit with their proposal the bid schedule containing their price and solicitation number by Wednesday, 16 Sep 2009 at 5:00 PM EST to the contracting office by email in order to be considered for award. Responses that are late will not be considered.
POC information: Jordan Bonds, SSgt, USAF
302-677-5220 (Work Phone)
[email protected]

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 01 Mar 2010 at 5 PM
Washington District of columbia 08 Apr 2021 at 4 AM
Beale air force base California 09 May 2011 at 6 PM
Location Unknown 14 Jul 2008 at 3 PM
Beale air force base California 13 Jul 2011 at 6 PM

Similar Opportunities

Arkansas 18 Jul 2025 at 4 PM
Texas 31 Aug 2026 at 9 PM
Washington 28 Jul 2025 at 4 AM
Washington 30 Jul 2025 at 4 AM
Massachusetts 30 Jun 2028 at 8 PM