FAI Hangar Rental Requirements

Agency:
State: Alaska
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159870492218218
Posted Date: Nov 20, 2023
Due Date: Nov 29, 2023
Source: Members Only
Follow
FAI Hangar Rental Requirements
Active
Contract Opportunity
Notice ID
W912D0-24-Q-0001
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 RCO-AK WAINWRIG
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)
  • All Dates/Times are: (UTC-09:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Nov 20, 2023 12:29 pm AKST
  • Original Date Offers Due: Nov 29, 2023 12:00 pm AKST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 14, 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:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Fairbanks , AK 99709
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested.





The combined synopsis/solicitation number is W912D0-24-Q-0001 and is issued as a Request for Quote (RFQ) to establish a Firm Fixed Price (FFP) requirements type Task Order Service contract for the purchase of Hangar Rental at Fairbanks International Airport (FIA).





The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05, effective 8 August 2023. The DFARS provisions and clauses are those in effect 30 October 2023.






  1. This requirement is solicited on a 100% Small Business Set-aside basis in accordance with FAR 19.5.





The associated North American Industrial Classification System (NAICS) code for this procurement is 488190 Other Support Activities for Air Transportation – Snow plowing services combined with landscaping services (i.e., seasonal property maintenance services) The small business size standard is $40 million.





DESCRIPTION OF REQUIREMENT:





This Performance Work Statement (PWS) establishes the requirement for the Contractor services in support of US Army aircraft transfer operations. The Contractor shall provide a minimum of 16,520 square feet of usable heated hangar floor space, as well as a computer work room and latrine facilities in the same facility. The hangar must have a minimum door height for helicopter clearance of 20 feet. The Contractor will provide means of opening/closing hangar door, sufficient indoor helicopter parking, an area to secure tools and equipment, indoor ground support equipment parking, and space for storage of shipping containers. The hangar space must be heated and maintained at a minimum of 60 degrees Fahrenheit. Electricity must be available throughout the hangar and computer workspace. The hangar must have indoor vertical clearance of 26 feet to allow for crane operations. If required, the Contractor will provide a ramp escort to allow access to cargo planes parked on FAI. If required, the Contractor will provide access to internet and/or Wi-Fi to support operations in the hangar and associated workspaces.





PLACE OF PERFORMANCE:





The place of performance shall be at Fairbanks International Airfield Alaska.





PERIOD OF PERFORMANCE:





The period of performance (POP) consists of 12 Months Base Year + 4 Option Years. The Period of Performance (POP) is as follows:



Base Year 5 January 2024 – 4 January 2025



Option Year 1 5 January 2025 – 4 January 2026



Option Year 2 5 January 2026 – 4 January 2027



Option Year 3 5 January 2027 – 4 January 2028



Option Year 4 5 January 2028 – 4 January 2029







CONTRACT LINE ITEM STRUCTURE (CLIN):





CLIN



Description



Quantity



Unit of Issue



Ordering Period



0001



Hangar Rental at Fairbanks International Airfield (FIA)



1



Job



5 January 2024 – 4 January 2025



0002



Hangar Rental at Fairbanks International Airfield (FIA)



1



Job



5 January 2025 – 4 January 2026



0003



Hangar Rental at Fairbanks International Airfield (FIA)



1



Job



5 January 2026 – 4 January 2027





0004



Hangar Rental at Fairbanks International Airfield (FIA)



1



Job



5 January 2027 – 4 January 2028



0005



Hangar Rental at Fairbanks International Airfield (FIA)



1



Job



5 January 2028 – 4 January 2029





QUOTE INFORMATION:





Offeror shall include in their quotes the following in order to be considered a responsive offeror:






  • Price Sheet (Proposed Price)

  • Response to FAR Provisions 52.204-24 and/or 52.204-26







QUESTIONS:





Any questions concerning this combined synopsis/solicitation shall be submitted electronically via email to Richard.F.Smith3.civ@army.mil no later than Monday November 27, 2023 at 1:00 PM (AKST).





Questions shall be responded electronically via Beta SAM no later than Tuesday November 28, 2023 at 2:00 PM (AKST).





SUBMISSION:





Quotes shall be submitted electronically, and no other method of quote’s submission will be accepted. Adobe (.pdf), Microsoft Word (.doc) and Microsoft Excel (.xlsx) are acceptable formats for submitting quotes.





Quotes shall be electronically submitted and received no later than Wednesday, November 29, 2023 at 12:00 PM (AKST). All quotes shall be emailed to Richard.F.Smith3.civ@army.mil.





If you are having issues submitting your proposal, please contact Richard Smith as soon as possible.





BASIS OF CONTRACT AWARD:





Evaluation Factors for Award: In lieu of the provision at 52.212-2 Evaluation-Commercial Products and Commercial Services the specific evaluation criteria included is price only as defined below:





Factor I – Price: The Government will evaluate the total price to determine if it is fair and reasonable IAW FAR 13.106-3. 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 and all associated price as outlined in paragraph (v) above.





**Basis for Award: The Government intends to award a firm-fixed-price contract to the responsible offeror meeting solicitation requirements, such as terms and conditions, representations, and certifications in order to be eligible for award. The award decision will be based on the lowest price quotation or offer received. The quote will be evaluated for price fair and reasonableness. Offerors are cautioned that an unrealistically low price, as proposed initially or subsequently, may be a ground for eliminating a quote from consideration, either on the basis that the offeror does not understand the required services, or he/she has made an imprudent offer.



The Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds.



Only a vendor who is registered with the System for Award Management (SAM) under the assigned NAICS, have no active exclusions, and have completed the FAR & DFARS Representations and Certifications will be considered. Vendor must register at https://www.sam.gov.





Vendor must provide Section 889 representations, Part A and B, within their representations and certifications. OCT 2020 or later versions for FAR 52.204-24, 52.204-26 and 52.212-3 are now available in SAM. Ensure the update of SAM records and provide representations within the OCT 2020 or later provisions.





NOTE: the Fair Labor Standard Act and Service Contract Labor Standards applies to this contract. For a list of mandatory prevailing wages to pay employees (if not attached), see the most updated list at: https://sam.gov/content/wage-determinations





INVOICES:





The submission of invoices shall be in accordance with FAR clause 52.212-4(g). The contractor shall submit ALL invoices electronically utilizing Wide Area Work Flow (WAWF). Procedures for using WAWF are found in DFARS clause 252-232-7003, Electronic Submission of Payment Requests and Receiving Reports.





Vendors will invoice only for the work performed.





FUNDING INFORMATION:





Funding will be made available for each task order.


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
  • Nov 20, 2023 12:29 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 >