Search Contract Opportunities

C-130 Propeller Inspection & Repairs   2

ID: FA487721QA051 • Type: Synopsis Solicitation

Description

COMBINED SYNOPSIS/SOLICIATION COMBO':
C-130 Propeller Inspection and Repair
(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 FA4877-21-Q-A051 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 2021-01 effective 01 Oct 2020. The DFARS provisions and
clauses are those in effect to DPN 20201001 effective 01 Oct 2020. The AFFARS provisions and
clauses are those in effect to AFAC 2019-1001 effective 01 Oct 2019. The Wage Determination
2015-5474 Revision 11 Dated 07/01/2020 will be incorporated into the purchase order.
(iv) The associated North American Industrial Classification System (NAICS) code for this
procurement is 488190. This requirement is being posted as Full and Open Competition.
(v) The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1
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 Indefinite Delivery Indefinite Quantity
(IDIQ) contract with an estimated initial one year base order period of 28 December 2020
through 27 December 2021 and two (2) possible option years for the following:
CLIN 0001: The Contractor shall perform Time Compliance Technical Order (TCTO) 3H1-18-
515 Taper Bore Eddy Current Inspection and TCTO 3H1-18-513C Inspection of 5460 Blade
Bushing Installation on C-130H Propeller Assemblies in accordance with Attachment 3 -
Performance Work Statement (PWS).
CLIN 0002: The Contractor shall perform/provide for Additional In-Scope repair work in
accordance with PWS Section 4.11. Pricing for additional in-scope work shall be determined /
negotiated at the Task Order level based on a Firm Fixed Price basis via a Service Order (SO).
Service Contract Labor Standards (SCLS) will apply for applicable services under this contract.
Proposed Labor Category Rates must be provided under Attachment 2 for evaluation.
CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE:
The minimum quantity and contract value for all orders issued against resulting contract shall not
be less than the minimum quantity and contract value as stated below. The maximum quantity
and contract value for all orders issued against resulting contract shall not be more than the
maximum quantity and contract value as stated below.
MINIMUM QUANTITY: 1 EACH
MINIMUM AMOUNT: $2,500.00
MAXIMUM QUANTITY: N/A
MAXIMUM AMOUNT: $3,000,000.00
(vii) The Contractor will perform the work at the Contractor location. The 309 AMARG will
ship the propellers to the Contractor facility on approved USAF propeller shipping fixtures,
adequately sealed for transportation. The Contractor will ship propellers back to the 309
AMARG on USAF approved propeller shipping fixtures, adequately sealed for transportation.
Return delivery of propellers shall be FOB Destination. Contractor shall include proposed
delivery schedule information along with Price Schedule and Labor Category Rates. All
propeller deliveries must be coordinated with the designated AMARG point of contact.
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2020) 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 proposal must be complete, self-sufficient, and respond
directly to the requirements of this solicitation.
2. Specific Instructions: The response shall consist of two (2) separate parts: Part I Technical
Approach and Part II Price Proposal.
a. PART 1- TECHNICAL APPROACH - Submit one (1) copy of full technical
capability narrative certifying ability to accomplish required work.
b. PART 2- PRICE Submit one (1) copy of price schedule any additional
documentation. As part of the CLIN Pricing Schedule (Attachment 1), please complete
Attachment 2 to identify labor categories and labor rates for the Additional In-Scope
Work under CLIN 0002.
3. Award will be made to the offeror whose offer is conforming to the solicitation and is
determined to be the lowest price technically acceptable (LPTA) and evaluated as noted under
paragraph (ix) below.
4. System for Award Management Registration.
(a) Definitions. As used in this provision
Data Universal Numbering System (DUNS) number means the 9-digit number assigned by
Dun and Bradstreet, Inc. (D&B) to identify unique business entities.
Data Universal Numbering System+4 (DUNS+4) number means the DUNS number means the
number assigned by D&B plus a 4-character suffix that may be assigned by a business concern.
(D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at
the discretion of the business concern to establish additional System for Award Management
records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at
Subpart 32.11) for the same concern.
Registered in the System for Award Management (SAM) database means that
(1) The Offeror has entered all mandatory information, including the DUNS number or the
DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required
by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the
SAM database; and
(2) The offeror has completed the Core, Assertions, and Representations and Certification, and
Points of contact sections of the registration in the SAM database;
(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) By submission of an offer, the offeror acknowledges the requirement that a prospective
awardee shall be registered in the SAM database prior to 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 DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that
identifies the offeror's name and address exactly as stated in the offer. The DUNS number will
be used by the Contracting Officer to verify that the offeror is registered in the SAM database.
(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to
obtain one.
(1) An offeror may obtain a DUNS number
(i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet
access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The
offeror should indicate that it is an offeror for a U.S. Government contract when contacting the
local Dun and Bradstreet office.
(2) The offeror should be prepared to provide the following information:
(i) Company legal business name.
(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.
(iii) Company physical street address, city, state and Zip Code.
(iv) Company mailing address, city, state and Zip Code (if separate from physical).
(v) Company telephone number.
(vi) Date the company was started.
(vii) Number of employees at your location.
(viii) Chief executive officer/key manager.
(ix) Line of business (industry).
(x) Company Headquarters name and address (reporting relationship within your entity).
(d) If the Offeror does not become registered in the SAM database in the time prescribed by the
Contracting Officer, the Contracting Officer will proceed to award to the next otherwise
successful registered Offeror.
(e) Processing time, which normally takes 48 hours, should be taken into consideration when
registering. Offerors who are not registered should consider applying for registration
immediately upon receipt of this solicitation.
(f) Offerors may obtain information on registration at https://www.acquisition.gov .
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) 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) FACTOR 1: Technical Approach
a. Subfactor 1: The Offeror shall complete all required sections of the
solicitation document, including all applicable representations and
certifications.
b. Subfactor 2: The Offeror shall provide a signed statement by a person
authorized to obligate the company contractually; stating that the
proposal and prices offered will remain in effect for (60) calendar days
after the solicitation closing date.
c. Subfactor 3: The Offeror shall provide documentation to demonstrate
certification to accomplish the requested inspection in accordance with
Time Compliance Technical Orders (TCTO) 3H1-18-515.
d. Subfactor 4: The Offeror's proposal shall demonstrate that they have
the necessary facilities and skilled staffing to perform the inspections
in accordance with the TCTO.
e. Subfactor 5: The Offeror shall provide a detailed, clearly outlined
Inspection schedule on how they will accomplish all inspections
within the required two month timeline.
(ii) FACTOR 2: Price;
a. Offerors shall provide their best price as outlined under Attachment 1,
CLIN Pricing Schedule. Offerors shall also complete Attachment 2 to
identify labor categories and labor rates that will be utilized for the
Additional In-Scope Work under CLIN 0002. Pricing will be evaluated
base on Completeness, Reasonableness and Total Evaluated Price
(TEP).
(iii) FACTOR 3: Past Performance;
a. Offerors may include up to three (3) relevant past performance
evaluations from previous contracts. The number of pages for each
past performance example shall not exceed one page. An Offeror
without a record of relevant past performance or for whom information
on past performance is not available, will not be evaluated favorably or
unfavorably on past performance.
BASIS OF CONTRACT AWARD: Award will be made to the Offeror whose offer is
conforming to the solicitation and is determined to be the lowest price technically acceptable
(LPTA). All proposals will be reviewed for technical acceptability based on an acceptable or
unacceptable basis. Technical Acceptability, at a minimum, is defined as meeting all of the
service performance criteria listed in Attachment 3 - Performance Work Statement and the
Evaluation Subfactors noted above. If found Technically Acceptable, award will be made to the
offeror who is found to provide the lowest total evaluated price. If found technically
unacceptable no further consideration will be made. Past Performance shall be evaluated on an
acceptable or unacceptable basis. 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.
(x) Each Offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate
I, Offeror Representations and Certifications--Commercial Items (Aug 2020) OR confirmation
of current SAM Registration with completed on-line certifications.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct
2018), is hereby incorporated by reference, with the same force and effect as if it were given in
full text.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement
Statutes Or Executive Orders Commercial Items (Oct 2020), is hereby incorporated by
reference, with the same force and effect as if it were given in full text.
(xiii) 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):
https://www.acquisition.gov/
Additionally, the following clauses and provisions apply to this acquisition:
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND
VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the
Offeror has represented that it does not provide covered telecommunications equipment or
services as a part of its offered products or services to the Government in the performance of any
contract, subcontract, or other contractual instrument in the provision at 52.204-26, Covered
Telecommunications Equipment or Services Representation, or in paragraph (v) of the
provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
(a) Definitions. As used in this provision
Backhaul, covered telecommunications equipment or services, critical technology,
interconnection arrangements, reasonable inquiry, roaming, and substantial or essential
component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for
Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition.
(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal
Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13,
2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any
equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any system.
Nothing in the prohibition shall be construed to
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service
that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection
arrangements; or
(ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot
permit visibility into any user data or packets that such equipment transmits or otherwise
handles.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal
Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13,
2020, from entering into a contract or extending or renewing a contract with an entity that uses
any equipment, system, or service that uses covered telecommunications equipment or services
as a substantial or essential component of any system, or as critical technology as part of any
system. This prohibition applies to the use of covered telecommunications equipment or services,
regardless of whether that use is in performance of work under a Federal contract. Nothing in the
prohibition shall be construed to
(i)Prohibit the head of an executive agency from procuring with an entity to provide a service
that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection
arrangements; or
(ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot
permit visibility into any user data or packets that such equipment transmits or otherwise
handles.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award
Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards
for covered telecommunications equipment or services .
(d) Representation. The Offeror represents that
(1) It will, will not provide covered telecommunications equipment or services to the
Government in the performance of any contract, subcontract or other contractual instrument
resulting from this solicitation. The Offeror shall provide the additional disclosure information
required at paragraph (e)(1) of this section if the Offeror responds will in paragraph (d)(1) of
this section; and
(2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror
represents that
It does, does not use covered telecommunications equipment or services, or use any
equipment, system, or service that uses covered telecommunications equipment or services. The
Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this
section if the Offeror responds does in paragraph (d)(2) of this section.
(e) Disclosures.
(1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has
responded will in the representation in paragraph (d)(1) of this provision, the Offeror shall
provide the following information as part of the offer:
(i) For covered equipment
(A)The entity that produced the covered telecommunications equipment (include entity name,
unique entity identifier, CAGE code, and whether the entity was the original equipment
manufacturer (OEM) or a distributor, if known);
(B)A description of all covered telecommunications equipment offered (include brand; model
number, such as OEM number, manufacturer part number, or wholesaler number; and item
description, as applicable); and
(C)Explanation of the proposed use of covered telecommunications equipment and any factors
relevant to determining if such use would be permissible under the prohibition in paragraph
(b)(1) of this provision.
(ii) For covered services
(A) If the service is related to item maintenance: A description of all covered
(B) telecommunications services offered (include on the item being maintained: Brand;
model number, such as OEM number, manufacturer part number, or wholesaler
number; and item description, as applicable); or
(C) (B)If not associated with maintenance, the Product Service Code (PSC) of the service
being provided; and explanation of the proposed use of covered telecommunications
services and any factors relevant to determining if such use would be permissible
under the prohibition in paragraph (b)(1) of this provision.
(D) (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror
has responded does in the representation in paragraph (d)(2) of this provision, the
Offeror shall provide the following information as part of the offer:
(i) For covered equipment
(A) The entity that produced the covered telecommunications equipment (include entity
name, unique entity identifier, CAGE code, and whether the entity was the OEM or a
distributor, if known);
(B)A description of all covered telecommunications equipment offered (include brand; model
number, such as OEM number, manufacturer part number, or wholesaler number; and item
description, as applicable); and
(C)Explanation of the proposed use of covered telecommunications equipment and any
factors relevant to determining if such use would be permissible under the prohibition in
paragraph (b)(2) of this provision.
(ii)For covered services
(A)If the service is related to item maintenance: A description of all covered
telecommunications services offered (include on the item being maintained: Brand; model
number, such as OEM number, manufacturer part number, or wholesaler number; and item
description, as applicable); or
(B)If not associated with maintenance, the PSC of the service being provided; and
explanation of the proposed use of covered telecommunications services and any factors
relevant to determining if such use would be permissible under the prohibition in paragraph
(b)(2) of this provision.
(End of provision)
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICESREPRESENTATION
(DEC 2019)
(a) Definitions. As used in this provision, covered telecommunications equipment or
services has the meaning provided in the clause 52.204-25, Prohibition on Contracting for
Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award
Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal
awards for covered telecommunications equipment or services .
(c) Representation. The Offeror represents that it does, does not provide covered
telecommunications equipment or services as a part of its offered products or services to the
Government in the performance of any contract, subcontract, or other contractual instrument.
(End of provision)
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items
(Oct 2018), is hereby incorporated by reference, with the same force and effect as if it were
given in full text.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To
Implement Statutes Or Executive Orders Commercial Items (July 2020), is hereby
incorporated by reference, with the same force and effect as if it were given in full text.
FAR 52.204-13 System for Award Management Maintenance Oct 2018
FAR 52.204-16 (P) Commercial and Government Entity Code Reporting Aug 2020
FAR 52.204-17 (P) Ownership or Control of Offeror Aug 2020
FAR 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020
FAR 52.204-20 (P) Predecessor of Offeror Aug 2020
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun 2016
FAR 52.204-22 Alternative Line Item Proposal Jan 2017
FAR 52.209-6
Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment
Jun 2020
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015
FAR 52.209-11 (P)
Representation by Corporations Regarding Delinquent Tax Liability or a
felony conviction under any federal law
Feb 2016
FAR 52.217-5 Evaluation of Options Jul 1990
FAR 52.217-8 Option to Extend Services Nov 1999
FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000
FAR 52.219-8 Utilization of Small Business Concerns Oct 2018
FAR 52.219-28 Post-Award Small Business Program Representation May 2020
FAR 52.222-3
Convict Labor Jun 2003
FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies Jan 2020
FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015
FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999
FAR 52.222-26 Equal Opportunity Sep 2016
FAR 52.222-35 Equal Opportunity for Veterans Jun 2020
FAR 52.222-36 Equal Opportunity for Workers With Disabilities Jun 2020
FAR 52.222-37 Employment Reports on Veterans Jun 2020
FAR 52.222-40
Notification of Employment Rights under the National Labor Relations
Act
Dec 2010
FAR 52.222-50 Combating Trafficking in Persons Oct 2020
FAR 52.223-6 Drug-Free Workplace May 2001
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Jun 2020
FAR 52.225-5 Trade Agreements Oct 2019
FAR 52.225-6 Trade Agreements Certificate May 2014
FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008
FAR 52.225-18 (P) Place of Manufacture Aug 2018
FAR 52.232-17 Interest May 2014
FAR 52.232-23 Assignment of Claims May 2014
FAR 52.232-25 Prompt Payment Jan 2017
FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management Oct 2018
FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013
FAR 52.233-1 Disputes May 2014
FAR 52.233-3 Protest After Award Aug 1996
FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984
FAR 52.242-13 Bankruptcy Jul 1995
FAR 52.244-6 Subcontracts for Commercial Items Oct 2020
FAR 52.247-34 F.O.B. Destination Nov 1991
FAR 52.253-1 Computer Generated Forms Jan 1991
DFARS 252.203-
7000
Requirements Relating to Compensation of Former DoD Officials Sep 2011
DFARS 252.203-
7005
Representation Relating to Compensation of Former DoD Officials Nov 2011
DFARS 252.204-
7004
Level I Antiterrorism Awareness Training for Contractors Feb 2019
DFARS 252.204-
7008
Compliance with Safeguarding Covered Defense Information Controls Oct 2016
DFARS 252.204-
7012
Safeguarding Covered Defense Information and Cyber Incident Reporting Dec 2019
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
May 2019
DFARS 252.211-
7008
Use of Government-Assigned Serial Numbers Sep 2010
DFARS 252.215-
7008 - (P)
Only One Offer July 2019
DFARS 252.225-
7012
Preference for Certain Domestic Commodities Dec 2017
DFARS 252.225-
7048
Export Controlled Items Jun 2013
DFARS 252.227-
7015
Technical Data Commercial Items Feb 2014
DFARS 252.227-
7037
Validation of Restrictive Markings on Technical Data Sep 2016
DFARS 252.223-
7008
Prohibition of Hexavalent Chromium June 2013
DFARS 252.232-
7003
Electronic Submission of payment Requests and receiving reports Dec 2018
DFARS 252.232-
7006
Wide Area Workflow Payment Instructions Dec 2018
DFARS 252.232-
7010
Levies on Contract Payments Dec 2006
DFARS 252.243-
7001
Pricing of Contract Modifications Dec 1991
DFARS 252.243-
7002
Request For Equitable Adjustment Dec 2012
DFARS 252.244-
7000
Subcontracts for Commercial Items and Commercial Components (DoD
Contracts)
Sep 2020
DFARS 252.247-
7022
Representation of Extent of Transportation by Sea Jun 2019
DFARS 252.247-
7023
Transportation of Supplies by Sea--Basic Feb 2019
AFFARS 5352.201-
9101
Ombudsman Oct 2019
AFFARS 5352.242-
9000
Contractor Access To Air Force Installations Oct 2019
(xiv) NOTICE TO ALL INTERESTED PARTIES: Questions are due in writing NLT Tuesday,
10 Nov 2020, at 1:00PM Pacific Standard Time. Questions shall be submitted to Contracting
Officer Heidi Fox via e-mail: heidi.fox@us.af.mil and/or Contract Specialist Rachelle Jenkins
via e-mail: rachelle.jenkins.3@us.af.mil . An amendment will be issued addressing all questions
received, providing the Government's answers.
(xv) Quotations shall be submitted to Contracting Officer Heidi Fox and Contract Specialist
Rachelle Jenkins via email at heidi.fox@us.af.mil and rachelle.jenkins.3@us.af.mil . Quotes are
due no later than 3PM Pacific Standard Time on Friday, 20 Nov 2020; quotes shall include the
following:
a. Part 1- Technical Approach - Submit one (1) copy of technical capability narrative,
limit to 10 pages.
b. Part 2- Price Submit one (1) copy of price schedule any additional documentation is
limited to 10 pages.
c. Part 3- Representations And Certifications (Reps/Certs) Submit IAW para (x) above
BASIS OF CONTRACT AWARD: Award will be made to the Offeror whose offer is
conforming to the solicitation and is determined to be the lowest price technically acceptable
(LPTA).
CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS
Attch #: Item Description: Page(s):
1 CLIN Pricing Schedule 1
2 Labor Category Rates 1
3 PWS C-130H Propeller Inspection 5
4 Service Order Template _ fillable 1

Overview

Response Deadline
Nov. 20, 2020, 6:00 p.m. EST Past Due
Posted
Nov. 10, 2020, 1:51 p.m. EST (updated: Dec. 9, 2020, 5:20 p.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 11/10/20 Air Combat Command issued Synopsis Solicitation FA487721QA051 for C-130 Propeller Inspection & Repairs due 11/20/20. The opportunity was issued full & open with NAICS 488190 and PSC J015.
Primary Contact
Name
Heidi Fox   Profile
Phone
(520) 228-6563

Secondary Contact

Name
Rachelle L Jenkins   Profile
Phone
(520) 228-3095

Documents

Posted documents for Synopsis Solicitation FA487721QA051

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA487721QA051

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA487721QA051

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation FA487721QA051

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA487721QA051

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA487721QA051

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
Dec. 11, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 11, 2020