Purchase of Helicopter Transportation Services
This is a combined synopsis/solicitation for Helicopter Transportation Services within the month of June 2019 to accomplish sustainment of support services for Command, Control, Communications, Comput... This is a combined synopsis/solicitation for Helicopter Transportation Services within the month of June 2019 to accomplish sustainment of support services for Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) systems/equipment located at U.S. Coast Guard Vessel Traffic Center (VTC) in Valdez, AK and its remote sites, Potato Point and Reef Island. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplement with additional information in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQPC2114. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-97. This procurement will be processed in accordance with FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) is 481211. The SBA size standard is 1500 Employees. This is a Total Small Business Set-Aside. The USCG intends to purchase Helicopter Transportation Services in Valdez, Alaska as listed below under Requirements and in accordance with Statement of Work (SOW) located in Attachment 1. This is a Total Small Business Set-Aside QUESTIONS: All questions shall be submitted via email to Cora.B.Good@uscg.mil and Becky.M.Edgar@uscg.mil no later than 10:00AM EST, Monday, April 22, 2019. QUOTATION: A discounted, FIRM FIXED price quotation and technical quotation package shall be submitted by 2:00 PM EST, Wednesday, April 24, 2019 for Helicopter Transportation Services for two government personnel (approximately 450lbs) and no more than 200lbs of equipment and gear for 2 days from Valdez, Alaska to Potato Point and return; and Valdez, Alaska to Reef Island and return; in accordance with the SOW located in Attachment 1. Price quotations must be submitted on company letterhead stationery and must include the following information: 1. Company Name, Point of Contact Name, Address, and Phone number 2. Company DUNS number, Federal Tax ID number Cage Code, and Size Classification 3. Cost Breakdown, Unit Price, and Extended Price (if applicable) 4. Payment Terms and any discounts offered for prompt payment Email quotes are to be emailed to: Cora.B.Good@uscg.mil and Becky.M.Edgar@uscg.mil Faxed or mailed quotations will not be accepted. REQUIREMENTS: If unable to provide an all-inclusive Firm Fixed Price, provide Pricing broken down in each proposed category as determined to provide the Services as stated. i.e. 1200.00 per day plus Fuel Cost Line Item 1: Helicopter Transportation Services (Day 1: provide date in June 2019) from Valdez, Alaska to Potato Point, AK and return. (As described in the attached SOW for 2 USCG Parties (estimated 450lbs) and equipment) Line Item 2: Helicopter Transportation Services (Day 2: provide date in June 2019) from Valdez, Alaska to Reef Island, AK and return. (As described in the attached SOW for 2 USCG Parties (estimated 450lbs) and equipment) Line Item 3: 3 each Standby Days (in June 2019) as described in the attached SOW 3 Days (provide dates), Cost Per Day: ___________ Total Cost: ___________ Total Cost of all line items: _____________________________________ Offeror's shall supply the U.S. Coast Guard (USCG) with through quotation package demonstrating how they plan to meet all requirements within the SOW. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Overall Value to the Government, price and other factors considered. Anticipated Award Date for the PO Contract is May 1, 2019 this date is approximate and not exact. INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The USCG/Government reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the USCG/Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights: (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. WAGE DETERMINATION: General Wage Determination number WD 15-5687 dated 12/26/2018 is hereby incorporated into this request for quotation (RFQ) The wage rates and fringe benefits which appear in the wage decision are mandatory minimums that must be paid by the contractor (or any subcontractor) to any employee working under the purchase order that results from this RFQ. A copy is located in Attachment 2. PROVISIONS / CLAUSES: The Following FAR Provisions apply to this Solicitation: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2018) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Oct 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. The Following Clauses apply to this Solicitation and awarded Contract. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2019) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Oct 2018). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov The Following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded Contract. The following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.222-41, Service Contract Labor Standards (Aug 2018) FAR 52.222-42, Statement of Federal Rates for Federal Hires (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). FAR 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2014) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). FAR 52.233-3, Protest after Award (Aug. 1996). FAR 52.247-32, F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34, F.o.b. - Destination (Nov 1991) NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management (Oct 2018) and FAR Provision 52.204-8, Annual Representations and Certifications (Oct 2018). In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov as a part of required registration. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »