Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2002 FBO #0074
SOLICITATION NOTICE

W -- HELICOPTER RENTAL WITH PILOT

Notice Date
2/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APWSWROK-0015-2
 
Response Due
2/20/2002
 
Archive Date
3/7/2002
 
Point of Contact
Charlene Lambert, Purchasing Agent, Phone 612-370-2113, Fax 612-370-2136, - Jason Wilking, Purchasing Agent, Phone 612-370-2217, Fax 612-370-2136,
 
E-Mail Address
Charlene.Lambert@usda.gov, Jason.Wilking@usda.gov
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), 2800 North Lincoln Blvd, 2nd Floor, Oklahoma City, OK 73105-4201 intends to procure the services of a turbine engine helicopter with pilot to support predator control activities within the state of Oklahoma. Submit faxed quotations to "Purchasing Section," at (612) 370-2136, Attention Charlene Lambert. QUOTATIONS ARE DUE BY February 20, 2002, BY 10:00 a.m., central standard time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. MULTIPLE PURCHASE ORDERS MAY RESULT FROM THIS SOLICITATION. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-03. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1 (4/84); Fixed Price 52.243-1 (8/87); Price Evaluation Adjustment for Small Disadvantaged Business Concern 52.249-1; Notice of Price Evaluation Preference for HUB Zone Small Business Concern 52.219-4; Evaluation-Commercial Items 52.212-2 (10/97); Offerer Representations and Certifications 52.212-3 (1/98); Contract Terms and Conditions - Commercial Items 52.212-4 (4/98); Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.212-5 (10/98). All RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should include tax payer identification number _____________________________ DUNS number________________________ and business size___________________________. SPECIFICATIONS: The Contractor shall furnish, operate and maintain one helicopter in accordance with the specifications herein for use by Wildlife Services. These services are for support of the predator control activities within the State of Oklahoma. Flights will be required as predation occurs on livestock. Flights may not be required during periods of lack of predation or during inclement weather conditions, however, the helicopter must be available to provide service when needed upon 12 hours notice after snowstorms and upon 24 hours notice at other times. The pilot must establish radio contact on an hourly basis with Contractor's fuel service truck operator. The WS has interagency and cooperative agreements with state agencies and private landowners, and may dispatch aircraft under this contract for such cooperative use. The helicopter and all accessories shall be in operable condition and present a neat and clean appearance. Upholstery, paint and plexi glass shall be in good condition. Helicopter models requested are Hughes 500 Bell Jet Ranger Schweizer 333. 1. PERMITS AND LICENSES Vendors will be responsible for obtaining at their expense all necessary permits and licenses to comply with all applicable Federal, State and local laws and regulations. 2. MAINTENANCE All aircraft furnished under this agreement will be maintained in accordance with the maintenance standards specified in FAR, Part 135, or FAR, Part 91, including 100-hour inspections and compliance with the manufacturer's recommendations for time-between-overhaul and tine-in-service components. All aircraft furnished shall be maintained so as to present a neat and clean appearance. 3. CUSTODY AND CONTROL The vendor will retain custody and assume full responsibility for the operation and well being of the aircraft during this period. 4. LIABILITIES OF THE VENDOR AND THE GOVERNMENT The Government will not assume any responsibility whatsoever for loss or damage to equipment owned or operated by the VENDOR, his agents or employee or subcontractors, or for injury or death of the vendor, his agents employees or subcontractors caused by the performance of this agreement. The vendor will be responsible for the intentional, negligent, wrongful acts or omissions of the Vendor, his employees, agents, or subcontractors and employees and agents of the subcontractor(s) incident to the performance of this agreement. The Vendor will hold and save the Government, its officers and employees harmless from all liability for any death or damage to all persons (other than the liability of the Government to USDA employees as provided for under the Federal Employees Compensation Act) or to real property or to personal property which results from the operation of, or incident to equipment furnished by the Vendor, or otherwise incident to performance of the agreement. However, the Vendor will not be responsible for any intentional, negligent, wrongful acts or omissions of the U. S. Department of Agriculture employees. 5. LIABILITY INSURANCE REQUIRED Notwithstanding the provisions of paragraph 4 above, the Government requires the Vendor to maintain aircraft liability insurance coverage on all aircraft offered in this agreement in the amounts required or recommended by the State(s) in which the operations are conducted. The Government is not responsible or liable for damage to or loss of the aircraft, nor any insurance deductible, which occurs as a result of negligence or fault in maintenance of the aircraft by the Vendor, or loss or damage resulting from a latent defect in construction of the aircraft or a component thereof. Subject to the above provisions, WS agrees that during the term of the lease, if the aircraft is damaged or destroyed due to the negligence of a Federal Government employee, WS will reimburse the owner only as follows. In no event will any reimbursement be made for normal wear and tear. To the extent the aircraft has been damabed beyond normal wear and tear, WS agrees to pay the vendor for the reasonable cost of repair. If the aircraft is so severely damaged or destroyed such that repair is impracticable, or the cost of repair will exceed the fair market value of the aircraft less any salvage value, then WS agrees to pay the vendor the fair market value of the aircraft at the time of the loss, less any salvage value. In no event will the liability of WS under this claus exceed the fair market value of the aircraft, at the time of the loss, less any salvage value. Further, the payment of any amount under this clause is expressly contingent on the availability of appropriations to WS at the time of the loss. Nothing in this agreement will be considered to imply that Congress will in the future appropriate sufficient funds to meet any losses. The Vendor is liable to the Government for any damage to or destruction of Government Property arising out of the intentional, negligent or careless activities of the Vendor, his employees, agents, or subcontractors. 6. PERSONAL PROTECTIVE EQUIPMENT (PPE) Unless otherwise stated in this agreement, the Vendor will, at his expense, supply the following personal protective equipment for the air crew members furnished by the Vendor for all flights conducted at or below 500 feet above the surface: A. Aviation helmet which affords protection for the temples and ear and which has the required avionics to be compatible with the avionics installed in the aircraft used. B. Fire retardant clothing made of Polyamide or Aramide, or equivalent material. C. Gloves and boots made of leather or fire resistant material. Cold weather boots are acceptable if they are worn with a natural fiber liner or heavy socks made of wool, cotton or similar natural fiber material. 7. RECORDING SERVICES All services received will be recorded on an invoice (Form WS-3) approved by the Government and submitted for payment in accordance with instructions issued by the ordering office.
 
Record
SN00025506-W 20020214/020212213104 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.