Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2002 FBO #0231
SOLICITATION NOTICE

V -- Lease of Cessna 206 aircraft to support Cockpit Human Factors research related to FAA Safe Flight 21 and other Part 91 Operations

Notice Date
7/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-02-Q-80134
 
Response Due
7/26/2002
 
Point of Contact
Point of Contact - Alison Shedd, Contract Specialist, 617/494-2631
 
E-Mail Address
Email your questions to Contract Specialist
(shedd@volpe.dot.gov)
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 through Federal Acquisition Circular (FAC) 2001-07. Solicitation No. DTRS57-02-Q-80134 is issued as a Request for Quotation (RFQ). This requirement will be conducted using Simplified Acquisition Procedures in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Volpe National Transportation Systems Center (Volpe Center) intends to lease a Cessna 206 aircraft, model year 1982 or later, for use in Cockpit Human Factors research. This is a competitive Request for Quote for the lease of a Cessna 206 aircraft. This procurement allows for Full and Op en Competition regardless of size standard. However, if applicable, the NAICS Code is 532411 and the small business size standard is no more than $5 million dollars. To support Cockpit Human Factors research related to FAA Safe Flight 21 and other Part 91 operations, the offeror shall supply the aircraft for a lease period of three months, with the option for three, 3-month extensions. The minimum requirements for this solicitation are as follows: The engine and propeller must each have less than 1700 hours flight time since overhaul. The aircraft must be in proper operating condition with all certifications current, required inspections complied with, and complete logs and required documents available. The aircraft must also be in good interior and exterior condition. The following equip ment must be installed in the aircraft: Complete dual flight controls with copilot brakes, a dual vacuum engine system, and standard IFR avionics including dual vhf navcoms, a 6-place intercom, audio panel, marker beacons, glideslope, and a transponder with Mode C. In addition, a 3-axis autopilot with nav couplers and altitude hold is required. Additional equipment will be purchased and installed by the Government in a configuration agreed to by the Lessor. This equipment includes: External antennas for GPS and ADS-B data link, Shadin Digidata for recordable output of aircraft?s speed and altitude, an engineering bus to power a laptop computer and special cabin instrumentation, a 750-watt 115VAC converter to provide power to data acquisition equipment, and ,a C129 IFR GPS navigator with co urse select via HSI course arrow. In addition, the Government will purchase and install special avionics including distance measuring equipment (DME), UPSAT GX60 with annunciator wired to HSI or CDI, MX20 with GPS card, a Universal Access Transceiver (UAT) for ADS-B, and data ports, including Air Data, GX60, and 2nd GPS to enable data collection in the cabin. With the exception of the UAT, the equipment will not be uninstalled, and it will remain with the aircraft when it is returned to the Lessor. The Government shall relinquish all responsibility for this additional equipment at lease termination. The Government will not be liable for any injury, maintenance, or expense related to this equipment after termination of the lease agreement. If however, original pre-installed equipment mus t be uninstalled to accommodate Government equipment, the original equipment will be reinstalled at Government expense at the contractor?s request. In this case, the Government shall retain the uninstalled Government equipment. The Lessee will conduct an inspection at Lessee?s expense to verify that the aircraft is airworthy in all respects and that it meets Lessee?s minimum requirements. The Lessor will have the option to correct any defects found. Although not required in the minimum specifications, the preferred aircraft will also include a pre-installed slaved Horizontal Situation Indicator (HSI), which has an approximate value ranging between $12,000 and $15,000. The Government will not consider the price of any pre-installed equipment other than the slaved HSI when making its award decision since an exact dollar amount for this equipment cannot be pre-determined. Annual inspection at lease inception by Lessor is required. The Lessor is responsible for all Airworthiness Directives, transportation of the aircraft to the maintenance site, and all major maintenance and repair actions of $3000 or more that are not a direct result of Government use. Maintenance and repair for which the Volpe Center is responsible will be performed by b Signature Aviationy Mercury Aviation, located at Hanscom Field in Bedford, MA, or at another local facility. This includes all maintenance and repair less than $3000 that results from USDOT Volpe Center use of the aircraft. The Volpe Center will hangar the aircraft when it is not at remote sites. The Government will conduct an inspection of the aircraft before a contract award is made, to ensure that the aircraft meets the minimum requirements. Inspection and acceptance of the aircraft shall be made at origin. Delivery of the aircraft shall be FOB Origin contractor?s facility and shall not be required before 09/01/02. Solicitation provision at 52.212-1, Instruction to Offerors ? Commercial Items, is hereby incorporated by reference. All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, is incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to t his acquisition. Additional clauses cited in 52.212-5, that apply to this acquisition are: (b) 11, 12, 13, 14, 15, 16, 18, 24. FAR clauses 52.219-1, Small Business Program Representations. (OCT 2000) and 52.219-1 Small Business Program Representations. (OCT 2000) ? Alternate I (OCT 2000) are hereby incorporated by reference. The clause at 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et. seq.), is incorporated by reference. The response must include a price proposal that lists the total amount proposed, and clearly states the price of the basic 3-month lease requirement (CLIN 0001), and individual prices for each of the three, 3-month lease extension options (CLIN 0002, CLIN 0003, and CLIN 0004). The response must also include a written statement certifying that al l of the equipment listed in the minimum requirements section will be pre-installed in the aircraft. In addition, the response must indicate whether or not a slaved HSI will be pre-installed in the proposed aircraft. The Government will consider all proposals that meet the minimum requirements stated in this solicitation. The Government will make an award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on price. To conduct evaluations of offers in a fair and reasonable manner, an additional $15,000 will be added to the total proposed price of all offers that do not include a pre-installed slaved Horizontal Situation Indicator. This value represents the cost to the Government for the purchase and installation of the slaved HSI if it is not pre-installed in the aircraft. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement (CLINS 0001- 0004). Evaluation of options shall not obligate the Government to exercise the options. All proposals must be received no later than 3:00 p.m. E.S.T. on July 26, 2002. Proposals may be submitted to the U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Alison Shedd, DTS-853, 55 Broadway, Building 4, Room 298, Kendall Square, Cambridge, MA 02142. Offers may also be sent via facsimile to (617) 494-3024. This solicitation and any document related to this procurement will be available on the Internet; these documents will be available in text format and reside on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Division home page is: http://www.volpe.dot.gov/procure/index.html. Offerors desiring to receive electronic notification of the solicitation?s posting and availability for downloading may register at the Volpe Center website. Contractors are warned that when they register to receive solicitations and amendments, and other notices, the responsibility for providing the Government with an accurate and complete e-mail address lies with the contractor. The Government will make no additional efforts to deliver information when the system indicates that transmissions cannot be delivered to the email address provided. NO HARD COPIES o f the solicitation will be mailed. Telephone requests will not be honored. The following notice is notice for informational purposes for Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Short Terms Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000. In addition, a short-term loan program is available to provide working capital at the prime interest rate. For further information regarding these programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169 or find them online at: http://osdbuweb.dot.gov. For information concerning this acquisition, contact the contracting individual cited above.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00121209-W 20020721/020719213310 (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  © 1994-2020, Loren Data Corp.