Search Contract Opportunities

C5 Rudder Removal

ID: FA487724QA298 • Type: Synopsis Solicitation

Description

Posted: May 21, 2024, 12:11 p.m. EDT

OMBO SYNOPSIS - SOLICITATION
C5 Rudder Removal
(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 FA4877-24-Q-A298 is issued as a Request for Quotation (RFQ).

(iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04 effective 05/01/2024. The DFARS provisions and clauses are those in effect to DPN 04/25/2024 effective 04/25/2024. The DAFFARS provisions and clauses are those in effect to DAFAC 2023-0707 effective 07/07/2023.

(iv)The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $19M. This requirement is issued as a 100% small business set-aside.

(v)The Pricing Schedule is incorporated as Attachment 2. Offerors shall complete Attachment 2 in its entirety and return with any other documentation/data as required by this Combo.

(vi)The government intends to award a firm-fixed price contract for the following: Vendor shall provide the following but not limited to; spotters, rigging, lifting straps, lift/load equipment, transportation vehicles and management to remove (16) Damaged Rudders from C-5 Aircraft that are currently in an unsafe configuration and cannot be removed by normal procedures. Once removed rudders will be placed on to a government prebuilt wooden pallet for 309th Aerospace Maintenance and Regeneration Group (AMARG) complex at Davis-Monthan Air Force Base (DMAFB), Arizona.

(vii)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:

1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.Technical Acceptability, at a minimum, is defined and referred to within this solicitation document as the offeror's capability statement to meet the requirement of the Performance Work Statement for the rudder removal services. The Government intends to evaluate offers and award without
discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
3. System for Award Management Registration.

(a) Definitions. As used in this provision
Registered in the System for Award Management (SAM) database means that

(1) The offeror has entered all mandatory information, including the unique identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and transparency Act of 2006 into SAM

(2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM;

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.

(4) The Government has marked the record Active .
(b)(1) An offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation Unique Entity Identifier followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to
verify that the Offeror is registered in the SAM.

(c) If the offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information:

(1)Company legal business name.

(2) Trade style, doing business, or other name by which your entity is commonly recognized.
(3) Company physical street address, city, state and Zip Code.
(4) Company mailing address, city, state and Zip Code (if separate from physical).
(5) Company telephone number.
(6) Date the company was started.
(7) Number of employees at your location.
(8) Chief executive officer/key manager.
(9) Line of business (industry).

(10)Company Headquarters name and address (reporting relationship within your entity).

(d) Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should consider applying for registration immediately upon receipt of this solicitation. See https://www.sam.gov for information on registration.

(viii)FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:
(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:

(i) Technical capability of providing the rudder removal service as outlined in the Performance
Work Statement.
(ii) Price
This will be a technically acceptable purchase.

The offers will be evaluated for technical acceptability. If multiple offers are found to be technically acceptable award will be made to offeror presenting the lowest price without further consideration. Past Performance will not be evaluated. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(ix)Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Feb 2024); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.

(x)The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(xi)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Feb 2024), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(xii)52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

www.acquisition.gov

**See attached COMBO Synopsis/Solicitation document for applicable clauses**

(xiii)NOTICE TO ALL INTERESTED PARTIES: This is a TIME SENSITIVE competitive acquisition, to be considered for award interested vendors must be registered in the System for Award Management. A SITE VISIT will be conducted on Tuesday, 4 June 2024 @ 1pm local AZ time. Interested vendors must confirm interest in attending the SITE VISIT directly with both the Contract Specialist, Mrs. Patricia Murray via email patricia.murray.6@us.af.mil and the Contracting Officer, Mrs. Rachelle Jenkins via email rachelle.jenkins.3@us.af.mil no later than NOON on 30 May 2024.

(xiv) Questions shall be submitted via e-mail to: patricia.murray.6@us.af.mil and rachelle.jenkins.3@us.af.mil no later than Wednesday, 5 June 2024 by Noon MST. Quotes are due no later than 8 AM MST on Friday, 7 June 2024; quotes shall include the following:
a. Part 1- Price Submit one (1) copy of completed Attachment 2 Price Schedule or company quote.
b. Part 2 Capability Statement Must show capability/familiarity in working aircraft salvage and knowledge of safe rigging.
c. Part 3- Representations And Certifications (Reps/Certs) Submit IAW para (x) above

BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer.

(xv)Quotes shall be submitted via email to BOTH - Patricia Murray patricia.murray.6@us.af.mil and Rachelle Jenkins rachelle.jenkins.3@us.af.mil. For information regarding this solicitation, contact Patricia Murray at (520) 228-3095.

CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS
Attch #: Item Description: Page(s):
1 COMBO Synopsis/Solicitation 6

2 CLIN Pricing Schedule 1
2 Performance Work Statement 3
3 Wage Determination 11

Posted: May 21, 2024, 11:37 a.m. EDT
Background
The solicitation is for the removal of damaged rudders from C-5 Aircraft at Davis-Monthan Air Force Base (DMAFB), Arizona. The contract is issued as a Request for Quotation (RFQ) and is a 100% small business set-aside.

Work Details
The contractor will provide spotters, rigging, lifting straps, lift/load equipment, transportation vehicles, and management to remove 16 damaged rudders from C-5 Aircraft that are currently in an unsafe configuration and cannot be removed by normal procedures. Once removed, the rudders will be placed on a government prebuilt wooden pallet for the 309th Aerospace Maintenance and Regeneration Group (AMARG) complex at DMAFB, Arizona. The contractor shall perform all services according to industry standards and regulations, including American National Standards Institute (ANSI) Standards - ANSI B30 Series for Cranes and Other Lifting and Material Handling Related Equipment. The place of performance will be at the 309th Aerospace Maintenance and Regeneration Group (AMARG) located on Davis-Monthan Air Force Base, Arizona. The service will be in Area 22 and Area 26, natural desert landscape. The contractor shall operate between the normal hours of operation for DMAFB, Monday through Friday, excluding federal holidays.

Place of Performance
The construction projects will be performed at the 309th Aerospace Maintenance and Regeneration Group (AMARG) located on Davis-Monthan Air Force Base, Arizona.

Overview

Response Deadline
June 7, 2024, 10:00 a.m. EDT Past Due
Posted
May 21, 2024, 11:37 a.m. EDT (updated: May 21, 2024, 12:11 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
AZ 85707 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
69% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 5/21/24 Air Combat Command issued Synopsis Solicitation FA487724QA298 for C5 Rudder Removal due 6/7/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238990 (SBA Size Standard $19 Million) and PSC P200.
Primary Contact
Name
Rachelle L Jenkins   Profile
Phone
(520) 228-3598

Secondary Contact

Name
Patricia Murray   Profile
Phone
(520) 228-3095

Documents

Posted documents for Synopsis Solicitation FA487724QA298

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA487724QA298

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA487724QA298

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA487724QA298

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4877 355 CONS PK
FPDS Organization Code
5700-FA4877
Source Organization Code
500042543
Last Updated
June 24, 2024
Last Updated By
rachelle.jenkins.3@us.af.mil
Archive Date
June 22, 2024