
1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES SOLICITATION, OFFER AND AWARD UNDER DPAS (15 CFR 700) 1 118 2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NO. [ ] N0042117R0055 SEALED BID (IFB) [ X ] NEGOTIATED (RFP) 7. ISSUED BY CODE N00421 8. ADDRESS OFFER TO (If other than Item 7) CODE NAVAL AIR WARFARE CENTER AD CODE 2.5.1.12 21983 BUNDY ROAD BLDG 441 TEL: SEE SECTION A See Item 7 TEL: PATUXENT RIVER MD 20670 FAX: FAX: NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 9. Sealed offers in original and 2 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in Section L until local time (Hour) (Date) CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. 10. FOR INFORMATION A. NAME B. TELEPHONE (Include area code) (NO COLLECT CALLS) C. E-MAIL ADDRESS CALL: SHERYL M. POPE 301-757-9714 [email protected] 11. TABLE OF CONTENTS (X) SEC. DESCRIPTION PAGE(S) (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE PART II - CONTRACT CLAUSES X A SOLICITATION/ CONTRACT FORM 1 - 2 X I CONTRACT CLAUSES 74 - 87 X B SUPPLIES OR SERVICES AND PRICES/ COSTS 3 - 12 PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS X C DESCRIPTION/ SPECS./ WORK STATEMENT 13 - 46 X J LIST OF ATTACHMENTS 88 X D PACKAGING AND MARKING 47 - 48 PART IV - REPRESENTATIO NS AND INSTRUCTIO NS X E INSPECTION AND ACCEPTANCE 49 - 50 REPRESENTATIONS, CERTIFICATIONS AND X K X F DELIVERIES OR PERFORMANCE 51 - 53 OTHER STATEMENTS OF OFFERORS 89 - 96 X G CONTRACT ADMINISTRATION DATA 54 - 60 X L INSTRS., CONDS., AND NOTICES TO OFFERORS 97 - 112 X H SPECIAL CONTRACT REQUIREMENTS 61 - 73 X M EVALUATION FACTORS FOR AWARD 113 - 118 OFFER (Must be fully completed by offeror) NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated): 15A. NAME CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO AND SIGN OFFER (Type or print) ADDRESS OF OFFEROR 15B. TELEPHONE NO (Include area code) 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified) 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE TEL: EMAIL: (Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97) Prescribed by GSA FAR (48 CFR) 53.214(c) N00421-17-R-0055 Section A - Solicitation/Contract Form SECTION A: GENERAL INFORMATION NAWCAD Points of Contact: Contract Specialist: Sheryl Pope Phone: (301) 757-9714 Email: [email protected] Procuring Contracting Officer: May Dimitrov Phone: (301) 757-6531 Email: [email protected] CONTRACTING OFFICER’S REPRESENTATIVE: TO BE DETERMINED AT CONTRACT AWARD (1) The resulting contract will include Cost-Plus-Fixed-Fee (CPFF) contract line item numbers (CLINs) for labor and cost reimbursable (no fee) CLINs for Other Direct Costs (travel and material). (2) The resulting single award Indefinite Delivery Indefinite Quantity (IDIQ) contract will have an ordering period of five (5) years. If clause 52.217-8 Option to Extend Services is utilized, an extension of performance not to exceed six (6) months may be added at the IDIQ level. 3) This contract has some programs that may need a Top Secret clearance with the ability to obtain SCI access. (3) The contractor will not be authorized to access any classified information until a final DD Form 254 is incorporated as an Attachment to this contract. (4) The Offeror’s proposed price will be incorporated in Section B of the contract upon award. (5) Term task orders issued from this contract will reflect CLINs by funding type. NAVAIR clause 5252.211-9503 Level of Effort will be included in task orders. (6) This contract is a Standard Labor Category (SLC) Bureau of Labor Statistics (BLS) Standard Occupational Classifications (SOCs) requirement. There are no Service Contract Act (SCA) labor standards. This contract is solicited as a Full and Open, unrestricted, with no small business set-aside. (7) The North American Industries Classifications System (NAICS) is 488190. The Product Support Code (PSC) is AC15 and shall be used when reporting to the Enterprise-Wide Contractor Manpower Reporting Application (ECMRA) portal. 2 N00421-17-R-0055 Section B - Supplies or Services and Prices CLINS 1. While CLINs 0002-0006 and 0008-0012 are not separately priced (NSP) at the IDIQ level, they will be priced when utilized at the task order level. 2. All labor ceiling, inclusive of cost and fee, for CPFF CLINs 0002-0006 (NSP CLINs) is included in the overall ceiling for CLIN 0001. 3. All travel and material cost ceiling for COST CLINs 0008-0012 (NSP CLINs) are included in the overall ceiling for CLIN 0007. B-1 ESTIMATED RATES TASK ORDER PLACEMENT PROCEDURES Offerors are advised that all Task Orders placed under this contract may be issued in accordance with the procedures delineated in NAVAIR Clause 5252.216-9534 ALT I (Proposed)(NAVAIR)(AUG 2018) – TASK ORDERS PROCEDURES. ESTIMATED AND NEGOTIATED LABOR RATES This language is designed for use in conjunction with H-2 Issuance of Orders Using Streamlined Procedures. The below rates consist of composite fully burdened rates for each labor category, exclusive of fee. The below rates are defined as direct labor rates plus all applicable burdens, to include indirect rates, and subcontracting pass-through costs where applicable; fee will be calculated by the Government using the methodology outlined in clause B-2. The rates below will be utilized when developing estimated labor ceilings for task orders by using the estimated hours per labor category multiplied by the composite rate, inclusive of the fee calculated by the Government in accordance with clause B-2. Invoicing will be based on actual costs incurred. Ceiling for Other Direct Costs will be priced in accordance with the Government Estimate. Orders crossing multiple years will be estimated by the Government using the composite rates for each year in proportion to the period of performance of the order. NON-PERFORMANCE BASED (TERM) GOVERNMENT SITE Composite Rates, Excluding Fee (Regardless of Clearance) Labor Category Gov’t Site SOC Code Year 1 Year 2 Year 3 Year 4 Year 5 10/01/2019 - 10/01/2020 - 10/01/2021 - 10/01/2022 - 10/01/2024 - 09/30/2020 09/30/2021 09/30/2022 09/30/2023 09/30/2025 Aerial Pax River 27-4021 Photographer: Anti-Sub Warfare Pax River 53-2011 Operator: C/KC-130 Flight Pax River/ Pt 53-2011 Engineer: Magu C/KC-130 Pax River 53-2011 Loadmaster: C/KC-130 Pilot Pax River/ Pt 53-2011 (CAT A/B): Magu C/KC-130 Pilot Pax River 53-2011 (CAT C/D): C-2/E-2 Flight Pax River 53-2011 Technician: C-38 Pilot Pax River 53-2011 3 N00421-17-R-0055 CH-53K Test Pilot Pax River 53-2011 (CAT A/B/C/D): Commercial Pax River/ 53-2011 Derivative Aircraft PtMagu/ China Pilot: Lake Co-pilot/P3 (P-3, Pax River 53-2011 C-130, P-8): E-2/C-2 Pilot Pax River 53-2011 (CAT A/B): E-2/C-2 Test Pilot Pax River 53-2011 (CAT C/D): E-2/C2 Weapon Pax River 53-2011 System Operator/Flight Test Engineer (NFO CAT C/D): E-2/C-2 Weapon Pax River 53-2011 System Operator/Flight Test Engineer (NFO) (CAT A/B): E-6B Airborne Pax River 53-2011 Communicator (ACOM) (CAT A/B): E-6B Combat Pax River 53-2011 System Officer (CSO) (CAT A/B): E-6B Flight Pax River 53-2011 Engineer: E-6B Flight Pax River 53-2011 Technician: E-6B Pilot (CAT Pax River 53-2011 A/B): E-6B Reel Pax River 53-2011 Operator: E-6B Test Pilot Pax River 53-2011 (CAT C): EP-3E Flight Test Pax River 53-2011 Technician: F-18 Pilot (CAT Pax River 53-2011 A/B/C): F-18 WSO (CAT Pax River 53-2011 A/B/C): Fixed Wing Pax River 53-2011 Instructor Pilot: H-60 SAR Pilot: Pax River/ 53-2011 China Lake H-60 Test Pilot Pax River 53-2011 (CAT A/B/C/D) 4 N00421-17-R-0055 Helicopter Pax River 53-2011 Maintenance/FCF Test Pilot: Helicopter Mission Pax River 53-2011 Systems Operator (CAT A/B/C): Helicopter Test Pax River 53-2011 Pilot (CAT A/B/C): Helicopter/Tilt Pax River 53-2011 Rotor Aircrew man: KC-130 Navigator: Pax River/ Pt 53-2011 Magu KC-130J Pax River 53-2011 Crewmaster: Non-Flying Fixed Pax River *15070 and Rotary Wing Flight Instructors
Details
-
File Typepdf
-
Upload Time-
-
Content LanguagesEnglish
-
Upload UserAnonymous/Not logged-in
-
File Pages118 Page
-
File Size-