Michigan Bids > Bid Detail

MOBILE AIRCRAFT FIRE SIMULATOR AND TRAINER

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159291251750588
Posted Date: Jun 15, 2023
Due Date: Jul 3, 2023
Solicitation No: W912JB23Q0112
Source: https://sam.gov/opp/caaee5ae39...
Follow
MOBILE AIRCRAFT FIRE SIMULATOR AND TRAINER
Active
Contract Opportunity
Notice ID
W912JB23Q0112
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NF USPFO ACTIVITY MI ARNG
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 15, 2023 04:23 pm EDT
  • Original Date Offers Due: Jul 03, 2023 12:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W042 - LEASE OR RENTAL OF EQUIPMENT- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS
  • NAICS Code:
    • 561990 - All Other Support Services
  • Place of Performance:
    Alpena , MI 49707
    USA
Description

Solicitation number: W912JB-23-Q-0121 Request For Quote (RFQ)



Title: Mobile Aircraft Fire Trainer (MAFT)



Restriction: 100% Small Business



NAICS: 561990 All Other Support Services



Size Standard: $14.5 million



Issue date: 16 June 2023



Closing date: 3 July 2023





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and 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.





1.0 REQUEST FOR QUOTE



1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.



1.2 Small business set aside is 100% small business.



1.3 Applicable size standard is $14.5 million.



1.4 Place of performance: Performance shall be at Alpena Combat Readiness Training Center, 5884 A Street, Alpena, Michigan 49707.



1.5 Period of performance is base period of 24 July 2023 – 19 August 2023



1.6 Requirement is on the Performance Work Statement which is attached.





2.0 QUOTE FORMAT



2.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b)



2.2 Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days).



2.3 Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete. The offer should include the breakdown of labor and equipment rental. and the applicable category on the Department of Labor’s Wage Determinations.



2.4 Questions due: 26 June 2023, 12:30 pm Eastern Standard Time (EST)



Questions must be submitted via email to bonnie.l.reineer.civ@army.mil. Questions will not be answered via telephone.



2.5 Quotes due: 3 July 2023 – 12:30 p.m. Eastern Standard Time (EST)



The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.





3.0 TECHNICAL CAPABILITY



3.1 The proposal shall present relevant information articulating the offeror’s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed approach to performing the work. The offeror’s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures.





4.0 Evaluation



4.1 The offer will be evaluated for price reasonableness compared to the Government’s anticipated pricing based on the Department of Labor’s employee cost index and wage determinations.



4.2 The offer should provide the cost breakdown for comparison.



4.3 The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value.



4.4 Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be rated as acceptable or unacceptable.



4.5 Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable.





5.0 SAM Registration/Joint Venture



In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: A) Small business; (B) Service-disabled veteran-owned small business;



(C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.





6.0 Award



6.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued.



6.2 The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance.





7.0 Billing Instructions



7.1 Invoice terms are Net 30 days.



7.2 Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance.



7.3 Inspection and acceptance will be at Lansing, Michigan.



7.4 Quantity for services corresponds to the number of invoices to be submitted once per month for the time of performance.



7.5 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).



7.5.1 Instructions are on clause 252.232-7006.



7.5.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount.



7.5.3 Invoices shall be submitted on a monthly basis.



7.5.4 The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.


Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment A - PWS.pdf (opens in new window)
227 KB
Public
Jun 15, 2023
Attachment B - Solicitation Clauses.pdf (opens in new window)
437 KB
Public
Jun 15, 2023
file uploads

Contact Information
Contracting Office Address
  • KO FOR MIARNG DO NOT DELETE 3423 N MARTIN LUTHER KING BLVD
  • LANSING , MI 48906-2934
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 15, 2023 04:23 pm EDTCombined 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 >