North Dakota Bids > Bid Detail

Annual Aircraft Fire Training Facility (AFTF) and Structural Fire Training Facility (SFTF) Inspection and Maintenance Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159896694237954
Posted Date: Aug 18, 2023
Due Date: Aug 31, 2023
Solicitation No: W50S88-23-Q-0121
Source: https://sam.gov/opp/9bac816943...
Follow
Annual Aircraft Fire Training Facility (AFTF) and Structural Fire Training Facility (SFTF) Inspection and Maintenance Services
Active
Contract Opportunity
Notice ID
W50S88-23-Q-0121
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NT USPFO ACTIVITY NDANG 119
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Aug 18, 2023 02:48 pm CDT
  • Original Published Date: Aug 18, 2023 02:43 pm CDT
  • Updated Date Offers Due: Aug 31, 2023 03:00 pm CDT
  • Original Date Offers Due: Aug 31, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 15, 2023
  • Original Inactive Date: Sep 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H342 - INSPECTION- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS
  • NAICS Code:
    • 541350 - Building Inspection Services
  • Place of Performance:
    Fargo , ND 58102
    USA
Description View Changes

This effort is a high priority requirement in support of the National Guard and this solicitation is being issued under “Short of Award” authority. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government’s intent to make award. This is not a commitment of funds or contract award.



(i) In accordance with FAR 12.603(c)(2): This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) This solicitation, W50S88-23-Q-0121, is being issued as a Request for Quotation (RFQ).



(iii) This solicitation document, which incorporates provisions and clauses for commercial items, are those in effect through Federal Acquisition Circular (FAC) 2023-04, effective 06/02/2023.



(iv) This procurement is a 100% Total Small Business set-aside. The associated NAICS code is 541350 and the small business size standard is $11.5M.



(v) Line-item numbers and items, quantities, and units of measure: See Attached Combo.



Line Item: 0001



Description: Fall Winterization and Annual Inspection – AFTF and SFTF (Base Yr.) **Anticipated Period of Performance (PoP): 20SEP2023-19SEP2024



Quantity: 1



UofM: JOB



Line Item: 0002



Description: Spring Start-Up and Maintenance – AFTF and SFTF (Base Yr.) **Anticipated Period of Performance (PoP): 20SEP2023-19SEP2024



Quantity: 1



UofM: JOB



Line Item: 0003 *OPTION*



Description: Fall Winterization and Annual Inspection – AFTF and SFTF (Opt. Yr. 1) **Anticipated Period of Performance (PoP): 20SEP2024-19SEP2025



Quantity: 1



UofM: JOB



Line Item: 0004 *OPTION*



Description: Spring Start-Up and Maintenance – AFTF and SFTF (Opt. Yr. 1) **Anticipated Period of Performance (PoP): 20SEP2024-19SEP2025



Quantity: 1



UofM: JOB



Line Item: 0005 *OPTION*



Description: Fall Winterization and Annual Inspection – AFTF and SFTF (Opt. Yr. 2) **Anticipated Period of Performance (PoP): 20SEP2025-19SEP2026



Quantity: 1



UofM: JOB



Line Item: 0006 *OPTION*



Description: Spring Start-Up and Maintenance – AFTF and SFTF (Opt. Yr. 2) **Anticipated Period of Performance (PoP): 20SEP2025-19SEP2026



Quantity: 1



UofM: JOB



Line Item: 0007 *OPTION*



Description: Fall Winterization and Annual Inspection – AFTF and SFTF (Opt. Yr. 3) **Anticipated Period of Performance (PoP): 20SEP2026-19SEP2027



Quantity: 1



UofM: JOB



Line Item: 0008 *OPTION*



Description: Spring Start-Up and Maintenance – AFTF and SFTF (Option Yr. 3) **Anticipated Period of Performance (PoP): 20SEP2026-19SEP2027



Quantity: 1



UofM: JOB



Line Item: 0009 *OPTION*



Description: Fall Winterization and Annual Inspection – AFTF and SFTF (Opt. Yr. 4) **Anticipated Period of Performance (PoP): 20SEP2027-19SEP2028



Quantity: 1



UofM: JOB



Line Item: 0010 *OPTION*



Description: Spring Start-Up and Maintenance – AFTF and SFTF (Option Yr. 4) **Anticipated Period of Performance (PoP): 20SEP2027-19SEP2028



Quantity: 1



UofM: JOB



(vi) Description of requirements for the services required: The 119th Wing/North Dakota Air National Guard possesses an Aircraft Fire Training Facility (AFTF) and Structural Fire Training Facility that is required to be inspected, tested, and maintained in a manner that will ensure its serviceability and prevent deterioration in operational effectiveness. To accomplish this objective, the contractor shall comply with the manufacturer’s recommendations and procedures, Air Force Technical Order (TO) 35E1-2-13-1 Operation and Maintenance Instructions for Aircraft Fire Training Facilities, Aircraft Fire Training Facility (AFTF), Operations Manual from Fire and Command and local, state, and federal guidelines as applicable. The Government intends to award a Firm Fixed Price five (5) year “option” contract for these services based on Best Value to the government, with price and other factors considered. See the attached PWS for a complete description of all required services.



(vii) Date(s) and place(s) of delivery and acceptance:



*Fall Winterization and Annual Inspection of AFTF and SFTF: Between the dates of September 20th and September 29th each year, beginning in September 2023 subject to change due to seasonal weather conditions in the northern tier of the United States.



*Spring Start-Up and Maintenance of AFTF and SFTF: Between the dates of April 15 and May 1 each year, beginning in April 2024 subject to change due to seasonal weather conditions in the northern tier of the United States.



*Maintenance and Inspection services to take place at the 119th Wing / North Dakota Air National Guard, 1400 32nd Ave. North, Fargo, ND 58102-1051.



(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition; addenda are attached below.



ADDENDUM TO FAR 52.212-1 Instructions to Offerors-Commercial Items:



Offerors shall prepare their quotations IAW FAR 52.212-1. In addition, prepared quotes shall include the following information:




  1. UEI Number.

  2. Federal Tax ID Number.

  3. CAGE Code.

  4. Contractor’s Legal Name.

  5. Payment Terms (NET 30) or Discount.

  6. Point of Contact (POC) name, phone number, and email address.

  7. Pricing for all Contract Line-Item Numbers identified in paragraph v above (Base Year and ALL Option Years).



**Quotations must be emailed to and received by the individuals identified in paragraph xvi by the solicitation closing date and time identified in paragraph xv.



(ix) The provision at 52.212-2, Evaluation-Commercial Services applies to this acquisition. Evaluation of offers/quotes received will be conducted using Simplified Acquisition Procedures IAW with FAR Part 13.106-2. Evaluation factors are listed below.



Evaluation-Commercial Services



Basis of Award: 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 in terms of “Best Value”, with price and other factors considered. The following factors shall be used to evaluate offers:



- Price



- Technical Acceptability



- Past Performance



Price: Prices will be evaluated utilizing one or more of the methods in FAR 13.106-2. For an offeror to receive the award, prices must be determined to be fair and reasonable.



Technical Acceptability: The Government will evaluate the technical acceptability of services offered in accordance with this solicitation. All interested parties are requested to submit details of your firm's ability to provide and deliver the services requested in accordance with the associated PWS.



Past Performance: The Government will evaluate the past performance based on one or more of the methods identified in FAR 13-106-2. For an offeror to receive the award, Past Performance must be determined to be acceptable by the Contracting Officer.



*Technical acceptability and past performance is approximately equal when compared to cost or price.



FAR 52.217-5 Evaluation of Options



FAR 52.217-5 applies to this acquisition. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).



(x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.



(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. Provisions and clauses can be viewed at https://acquisition.gov.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Provisions and clauses can be viewed at https://acquisition.gov.



(xiii) Offerors must be SAM registered to be considered as eligible for any resultant contract award. See the associated PWS for a complete description of the required services. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer, whether or not there are exchanges after its receipt, unless a written notice of withdrawal is received before award. Contract award may be made without discussions.



(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.



(xv) Any questions concerning this solicitation must be received in writing by the Contracting Officer no later than 3:00 P.M. Central Standard Time (CST) on Wednesday, August 23rd, 2023. Any questions received after this date and time will not be answered. Questions that are submitted in writing to the Contracting Officer will be answered as soon as possible, but no later than Monday, August 28th, 2023. Responses (quotes) in response to this solicitation are to be submitted and received electronically via email by 3:00 P.M. Central Standard Time (CST) on Thursday, August 31st, 2023. Quotes that are received after this date and time will not be accepted for consideration of contract award. Submission of a quote does not obligate the Government to make an award.



(xvi) Contact information for the individual(s) to contact for information regarding this solicitation:



1LT Brian Erdmann MSgt Tamara Stavenes



Contracting Officer Contract Specialist



brian.erdmann@us.af.mil tamara.stavenes@us.af.mil



------------------------------------------------------------------------------------------------------------------------------------------



**Offerors, please see attached Combo, PWS and Attachment 1.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR NDANG DO NOT DELETE 1400 28TH AVE N
  • FARGO , ND 58102-1051
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >