F-15 Static Aircraft Paint Rehabilitation Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Aug 07, 2023 09:34 am EDT
- Original Date Offers Due: Aug 16, 2023 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 31, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J080 - MAINT/REPAIR/REBUILD OF EQUIPMENT- BRUSHES, PAINTS, SEALERS, AND ADHESIVES
- NAICS Code:
- 541990 - All Other Professional, Scientific, and Technical Services
- Place of Performance: Hanscom AFB , MA 01731USA
Description
(i) The solicitation number is W50S8123Q0002, is hereby issued as a Request for Quote (RFQ) for F-15 Static Aircraft Paint Rehabilitation Services located at Hanscom AFB in Bedford, MA. A contract will be awarded without discussions as a single, Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures.
(ii) This is a combined synopsis/solicitation for commercial products or commercial services 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.
(iii) This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, dated 06/02/2023 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 06/09/2023. It is the contractor's responsibility to become familiar with applicable clauses and provisions by visiting https://www.acquisition.gov/.
(iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 541990; Small Business Size Standard of $19.5M.
(v) List of Contract Line Item Numbers (CLIN)
CLIN 0001 – F-15 Static Aircraft Paint Rehabilitation Services
Quantity – 1
Unit of Issue – Job
(vi) Description of Requirement;
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform F-15 Static Aircraft Paint Rehabilitation Services, as defined in the Performance Work Statement.
(vii) Work is to be completed within 60 days of the effective date of the contract if not separately quoted for a another date.
(viii) Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.
Addendum to FAR 52.212-1:
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—
(1) The solicitation number;
W50S8123Q0002
(2) The time specified in the solicitation for receipt of offers;
NLT 1400 EST 16 August 2023
(3) Must include the following information: Company Name & Address, Point of Contract, Telephone, Email, Cage Code, DUNS Number, and Business Size. For your convenience, a CLIN schedule with the required fields is attached with this solicitation.
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.
(5) Terms of any express warranty.
(6) Price and any discount terms. Payment terms are 30 days after submission if not specified.
(7) "Remit to" address, if different than mailing address or address in entity information on SAM.gov.
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); If completed in SAM.gov, the contractor does not need to provide this with the quote.
(9) Acknowledgment of Solicitation Amendments.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until 30 September 2023 if not time is specified in the quote, unless another time period is specified in an addendum to the solicitation.
(d) RESERVED
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.
(3) RESERVED
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.
(i) RESERVED
(j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) 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. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.
(k) RESERVED
(l) RESERVED
(ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
Addendum to FAR 52.212-2
(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:
Price, Technical Capability, Delivery Terms, and Past Performance where Price is the most important.
(b) Options. None included.
(c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. If completed in SAM.gov, the contractor does not need to provide this with the quote.
(xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition..
(xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Clauses and provisions are incorporated by reference and by full text are listed below. FAR and DFARS clauses and provisions can be read in their full text at https://www.acquisition.gov/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses.
(xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered.
(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.
(xv) Quotes must be submitted via email no later than IAW Addendum to FAR 52.212-1, paragraph B.2. to 104.fw.msc@us.af.mil with solicitation number W50S81-23-Q-0002 in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email listed above NLT COB 10 August 2023. ***The Government will not answer questions via telephone.
(xvi) Questions concerning this soliciting should be directed to MSgt Bradford Erdmann at 104.fw.msc@us.af.mil.
(xvii) A site visit is not required but is encouraged. There is no set time to for a site visit. Coordinate a site visit with to MSgt Bradford Erdmann at 104.fw.msc@us.af.mil prior to 12P.M. on 9 August 2023. Anything after that may affect the timely submission of a quote.
APPLICABLE PROVISIONS AND CLAUSES: See Attachment 2 – Provisions and Clauses. FAR and DFARS clauses and provisions can be read in their full text at https://www.acquisition.gov/. The clauses are to remain in full force in any resultant contract. It is the contractor’s responsibility to become familiar with the applicable provisions and clauses.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR MAARNG DO NOT DELETE 87 BARNUM RD
- DEVENS , MA 01434-3505
- USA
Primary Point of Contact
- MSgt Bradford Erdmann
- 104.fw.msc@us.af.mil
Secondary Point of Contact
History
- Aug 31, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)