Ohio Bids > Bid Detail

Aircraft Washing

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159751041357466
Posted Date: Feb 9, 2023
Due Date: Mar 13, 2023
Solicitation No: FA665623Q0005
Source: https://sam.gov/opp/06cd6744cd...
Follow
Aircraft Washing
Active
Contract Opportunity
Notice ID
FA665623Q0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFRC
Office
FA6656 910 AW LGC YNGSTN WRN ARPT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 09, 2023 01:30 pm EST
  • Original Date Offers Due: Mar 13, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Vienna , OH 44473
    USA
Description

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.



Solicitation number FA665623Q0005 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures.



This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, effective 30 December 2022 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 30 December 2022.



It is the contractors' responsibility to be familiar with applicable clauses and provisions.



This Request for Quotes (RFQ) is for aircraft wash service, as specified in the attached Statement of Work. Submitted quote must be complete, self-sufficient, take no exception to the SOW, and respond directly to the requirements of this RFQ.



This requirement is being issued as 100% total small business set aside.



The North American Industrial Classification System (NAICS) Code is 488190 (Other Support Activities for Air Transportation), with a small business size standard of $35 million.



The Government intends to award a single five-year term, firm fixed-price (FFP) Blanket Purchase Agreement.



Delivery terms are FOB DESTINATION. FOB Destination shall be Youngstown ARS, Vienna OH 44473. Delivery pricing must be considered within the pricing and is not separately billable.



DESCRIPTION OF REQUIREMENT



The contractor shall provide non-personal services to include all plant, labor, materials, parts & transportation, and other items necessary to provide aircraft wash service to support the 910th Maintenance Squadron, in accordance with the Statement of Work (SOW); which is attached to this RFQ and shall become a part of the resulting award.



REQUEST FOR QUOTATION REQUIREMENTS



Contractor shall provide aircraft wash service in accordance with (IAW) the Statement of Work (SOW). All quotes shall be valid for 90 days.




  • Attachment One – 910 AW Aircraft Wash SOW

  • Attachment Two – AFRC 164 Inspection Checklist

  • Attachment Three – Price sheet

  • Attachment Four – Base access requirements for site visit

  • Attachment Five – Wage determination

  • Attachment Six – Question Submission form



Quote shall provide detail for each line item in RFQ 910 AW Aircraft Wash Service. Quote detail shall include price listing per wash.



FAR, DFARS AND AFFARS PROVISIONS AND CLAUSES



The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this procurement and the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:



FAR 52.212-1 Instructions to Offerors-Commercial Items; Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items - Alternate I at https://sam.gov;



FAR 52.212-2, Evaluation -- Commercial Items;



The evaluation factors that will be used to determine award will be lowest price technically acceptable.



FAR 52.212-4 Contract Terms and Conditions-Commercial Items;



FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) and specifically the following FAR clauses under paragraph (b) are applicable:



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



FAR 52.204-7, System for Award Management;



FAR 52.204-16 Commercial and Government Entity Code Reporting;



FAR 52.204-17, Ownership or Control of Offeror;



FAR 52.204-18 Commercial and Government Entity Code Maintenance;



FAR 52.204-21 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment;



FAR 52.204-25 Prohibition on Contracting for Certain Telecommnications and Video Surveillance Services or Equipment;



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation;



FAR 52.204-13 System for Award Management Maintenance;



FAR 52.252-1, Solicitation Provisions Incorporated by Reference



FAR 52.252-2 Clauses Incorporated by Reference;



FAR 52.232-18 Availability of Funds;



FAR 52.219-6, Notice of Total Small Business Set-Aside;



FAR 52.219-28, Post-Award Small Business Program Rerepresentation;



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



FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification;



FAR 52.232-39 Unenforceability of Unauthorized Obligations;



FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors;



FAR 52.233-1, Disputes;



FAR 52.233-3 Protest after Award;



FAR 52.233-4 Applicable Law For Breach Of Contract Claim;



FAR 52.222-3, Convict Labor;



FAR 52.222-21, Prohibition of Segregated Facilities;



FAR 52-222-26, Equal Opportunity;



FAR 52.222-36, Equal Opportunity for Workers with Disabilities



FAR 52.222-41 Service Contract Labor Standards;



FAR 52.222-42 Statement of Equivalent Rates for Federal Hires;



FAR 52.222-50 Combating Trafficking in Persons;



FAR 52.223-6 Drug-Free Workplace;



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



FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation;



FAR 52.252-2 Clauses Incorporated by Reference;



FAR 52.252-6 Authorized Deviations in Clauses.



Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b), 252.232-7003 Electronic Submission of Payment Requests;



DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights;



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials;



DFARS 252.204-7007 (Alternate A), Annual Representations and Certifications;



DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services;



DFARS 252.243-7001 Pricing of Contract Modifications;



DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations;



DFARS 252.215-7007 Notice of Intent to Resolicit;



DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel;



DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation;



DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions;



DFARS 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card; DFARS 252.204-7003 Control of Government Personnel Work Product;



DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting;



DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.209-7004 , Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism;



DFARS 252.211-7003, Item Unique Identification and Valuation;



252.225-7048, Export-Controlled Items;



AFFARS 5352.201-9101 Ombudsman



AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) and



AFFARS 5352.242-9000 Contractor Access to Air Force Installations applies to this acquisition.



The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/



NOTICE TO OFFERORS



This is a competitive commercial acquisition. The Government intends to award a single blanket purchase agreement resulting from this RFQ to the responsive, responsible, lowest price technically acceptable offeror whose quote conforms to the RFQ and will be most advantageous to the Government. This notice does not obligate the government to award a BPA, nor does it obligate the government to pay for any quotation preparation costs.





For the quote to be considered the Offeror will prepare & submit a proposal on the attached price sheet. Please fill out all requested information, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.



To be eligible to receive an award resulting from this solicitation, contractors must be registered in the DoD System for Award Management (SAM) located at the following website: https://www.sam.gov.



Lack of registration will make an offeror ineligible for award.



Payment for this Blanket Purchase Agreement will be made by Government Purchase Card.



This notice does not obligate the Government to award the blanket purchase agreement; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs.





A Blanket Purchase Agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources.



It is the Government’s intention to make payment via the Government Purchase Card (GPC)-VISA. Establishment of a BPA with the Government is not a guarantee of any calls being placed, however, it is not the Government’s policy to set up a BPA if it does not intend to use it.







CONTRACTING OFFICE ADDRESS



Youngstown Air Reserve Station, 910 CONF/PK, 3976 King Graves Rd, B504, Vienna OH 44473





SITE VISIT



A site visit has been scheduled for 23 February 2023 at 10am EST. Please see attachment for site visit information.





RESPONSE DEADLINE



Vendors who wish to respond to this notice must send responses via email (subject: FA665623Q0005) NLT 13 March 2023 at 4:00 PM Eastern Standard Time (EST) to Jasmine Corpa at jasmine.corpa@us.af.mil. Quotations must meet all instructions put forth in this solicitation. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact Jasmine Corpa at jasmine.corpa@us.af.mil and Ashley Senich at ashley.senich@us.af.mil.




Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 3976 KING GRAVES RD
  • VIENNA , OH 44473-0910
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 09, 2023 01:30 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >