Alaska Bids > Bid Detail

FWA Hangar Space Rental

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159333089844511
Posted Date: Feb 22, 2023
Due Date: Feb 28, 2023
Solicitation No: W912D0-23-Q-0004
Source: https://sam.gov/opp/c45643d4b3...
Follow
FWA Hangar Space Rental
Active
Contract Opportunity
Notice ID
W912D0-23-Q-0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-OO
Sub Command 3
413TH CSB
Office
0413 AQ HQ CONTRACT
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-09:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Feb 21, 2023 02:57 pm AKST
  • Original Date Offers Due: Feb 28, 2023 12:00 pm AKST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: X1BZ - LEASE/RENTAL OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 488119 - Other Airport Operations
  • Place of Performance:
    Fairbanks , AK 99701
    USA
Description

Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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) Competitive quotes are being requested under Request for Quote (RFQ) Number W912D0-23-Q-0004.





(iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-01, Effective: December 30, 2022





(iv) The North American Industry Classification System (NAICS) code applicable to this acquisition is 488119, Other Airport Operations and the small business size standard is $35 million. This procurement is Full and Open Competition. Quotes submitted by Small Business Concerns and non-Small Business Concern will be accepted by the Government.





(v) A list of contract line item number(s) and items, quantities, and units of measure:





Clin: 0001



QTY: 1



Unit of Issue: Job



Unit Price: _________________



Extended Price:_____________



Period of Performance: 23-29 March 2023.





(vi) Description OF REQUIREMENTS: This contract is for support services and hanger rental space in support of US Army aircraft transfer operations.





EXTENDED DESCRIPTION: Contractor will provide support services and hanger rental space in support of US Army aircraft transfer operations. The hanger rental space shall be free of clutter, a minimum size of 20,000 square feet, and minimum indoor vertical clearance of 26 feet, means to open and close hangar doors, electricity throughout the hangar, sufficiently heated, include a separate office space, contain incorporated latrine facilities, and ramp escort (when required).





To be considered acceptable and eligible for award, quotes must provide a complete quote including all of the items and services in accordance with the attached Performance Work Statement (PWS). The Government will not consider quotes or offers for partial items or quantities.





(vii) Date(s) and place(s) of delivery and acceptance and FOB point: The expected Period of Performance for this effort is: Period 1: 23-29 March 2023. The place of performance for the effort is:





Location of Awardee’s hangar





(viii) OFFEROR INSTRUCTIONS





The provision at 52.212-1, Instructions to Offerors – Commercial Items (JUL 2021), applies to this acquisition. The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation is most advantageous to the Government as defined in the ‘Evaluation Factors for Award’ Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is “None” or “Not applicable,” explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following:






  1. General Information: Offeror Business Name, Address, Cage, and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contact (to include telephone and e-mail address) and provide a GSA contract number if some or all items proposed are on the GSA schedule.






  1. Technical Documentation:





Technical Approach or Specifications: Quote must address technical capability.







a. Contractor technical capability will be determined by hanger rental space shall be free of clutter, a minimum size of 20,000 square feet, and minimum indoor vertical clearance of 26 feet, means to open and close hangar doors, electricity throughout the hangar, sufficiently heated, include a separate office space, contain incorporated latrine facilities, and ramp escort (when required) in accordance with attached PWS.










  1. Price Quote: Submit complete pricing for each CLIN listed in the “description of requirements” Section above to include the unit price and the extended price for each line item and a total price in US Dollars ($).





(ix) Evaluation Factors for Award: The specific evaluation criteria included are technical and price as defined below:





Factor I – Technical: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph 2 above. A complete quote will have met all support services to include hangar rental in accordance with attached PWS.





Factor II – Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes.





**Basis for Award: The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price.



The award decision will be based on the lowest priced technically acceptable offeror meeting solicitation requirements as in the PWS, such as terms and conditions, salient characteristics, representations, and certifications in order to be eligible for award. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds.





(x) Offerors must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items (OCT 2014), with its offer.





(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition.





(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUL 2021), applies to this acquisition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations.





The following additional FAR clauses and provisions are applicable to this acquisition:





52.202-1 Definitions (June 2020)



52.204-7 System for Award Management (OCT 2018)



52.204-13 System for Award Management Maintenance (OCT 2018)



52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)



52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)



52.204-22 Alternative Line Item Proposal (JAN 2017)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by



Kaspersky Lab and Other Covered Entities. (Nov 2021)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (OCT2020)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020)



52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)



52.211-5 Material Requirements (Aug 2000)



52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2021)



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (May 2022)



52.216-19 Order Limitations (OCT 1995)



52.216-21 Requirements



52.216-24 Limitation of Government Liability (Apr 1984)



52.219-1 Small Business Program Representations (Oct 2022)



52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021)



52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)



52.219-28, Post Award Small Business Program Representation (SEP 2021)



52.222-3 Convict Labor (JUNE 2003)



52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2016)



52.222-21, Prohibition of Segregated Facilities (Apr 2015)



52.222-26, Equal Opportunity (Sep 2016)



52.222-50, Combating Trafficking in Persons (Mar 2015)



52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020)



52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) CLAUSE IBR



52.225-18 Place of Manufacture (Aug 2018)



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-



Representation and Certifications (Jun 2020)



52.219-28 Post-Award Small Business Program Representation (Oct 2022)



52.232-1 Payments



52.232-33, Payment by Electronic Funds Transfer— System for Award Management (OCT 2018)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)



52.233-3 Protest after Award (AUG 1996)



52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)



52.243-1 Changes-Fixed Price (Aug 1987)



52.244-6 Subcontract for Commercial Products and Commercial Services (Dec 2022)



52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)



52.252-2 Clauses Incorporated by Reference (FEB 1998)





The following additional DFARS clauses cited in the clause are applicable to the acquisition:





252.201-7000 Contracting Officer’s Representative (Dec 1991)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (SEP 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)



252.203-7005 Representation Relating to Compensation of Former DoD Officials. (NOV 2011)



252.204-7003 Control Of Government Personnel Work Product (APR 1992)



252-204-7020 NIST SP 800-171 DOD Assessment Requirement (MAR 2022)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015)



252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation. (DEVIATION 2020-O0015)



252.225-7974 Representation Regarding Business Operations with the Maduro Regime (DEVIATION 2020-O0005)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7006 Wide Area Work-Flow Payment Instructions (DEC 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites Representation (DEVIATION 2021-O0003) (April 2021)



252.243-7001 Pricing of Contract Modifications (DEC 1991)



252.244-7000 Subcontracts for Commercial Items (JAN 2021)



252.246-7008 – Sources of Electronic Parts (MAY 2018)



252.247-7023 Transportation of Supplies by Sea, Basic (FEB 2019)





(xiii) There are no additional contract requirement(s) or terms and conditions necessary for this acquisition.





(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement.





(xv) DUE DATE AND SUBMISSION INFORMATION







Formatting Requirements: Submit quotes in electronic PDF format





Questions Due Date and Submission Requirements: All questions must be received before February 24, 2023 @ 1200HRS, Alaska Standard Time. Questions must be e-mailed to richard.f.smith3.civ@mail.mil. Include RFQ# W912D0-23-P-0004 on all inquiries. Questions may be addressed at the discretion of the Government.





RFQ Due Date and Submission Requirements: This RFQ closes on February 28, 2023 @ 12000hrs Alaska Standard Time.





(xvi) Government RFQ Point of Contract: The point of contact for this solicitation is Contract Specialist Richard Smith at richard.f.smith3.civ@mail.mil. Reference RFQ# W912D0-23-Q-0004 on all email exchanges regarding this acquisition.





Attachment 1: PWS for Hangar Space Rental



Attachment 2: SCA WD #2015-5683 Rev15 (2022.03.15) Fairbanks North



Attachment 3: FAR Provisions 52.204-24 and 52.204-26



Attachment 4: Questionnaire






Attachments/Links
Contact Information
Contracting Office Address
  • 1064 APPLE STREET PO BOX 35510
  • FORT WAINWRIGHT , AK 99703-0510
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 21, 2023 02:57 pm AKSTCombined 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 >