Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

12 -- AERIAL BURNING AT FORT STEWART AND HUNTER ARMY AIRFIELD, GEORGIA.

Notice Date
8/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Directorate of Contracting, Fort Stewart, 1042 William H. Wilson Avenue, Suite 219, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
DAKF10-02-R-0052
 
Response Due
9/24/2002
 
Point of Contact
John Goggin, 912-767-8440
 
E-Mail Address
Email your questions to Directorate of Contracting, Fort Stewart
(john.goggin@stewart.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Non-personal service. 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 solici tation; proposals are being requested and a written solicitation will not be issued. The army requires a contract to provide AERIAL BURNING AT FORT STEWART AND HUNTER ARMY AIRFIELD, GEORGIA. The service will include but not necessarily be limited to the following. The contractor shall provide one helicopter and pilot with two aerial ignition systems to facilitate prescribed burning operations, wildfire suppression/inspection of range and woodland areas and other forest management and administrative fligh ts within the boundaries of Fort Stewart and Hunter Army Airfield, Georgia, or within the area of a cooperative agreement with the Georgia Forestry Commission, which is approximately 100,000 additional acres contiguous to the installation. Contractor is g uaranteed 150 Flight Time Hours. An ignition system compatible with the aircraft, the Delayed Aerial Ignition Device (DAID) shall be used to under burn stands of merchantable timber where fire intensity is a major consideration. The pilot shall have a mi nimum of 1500 hours of helicopter experience, 1000 of which are qualified as external load flying (Federal Aviation Regulations (FAR), Part 133), 500 hours of air taxi experience (FAR Part 135) and 500 hours of aerial application (FAR part 137). The pilot shall also possess appropriate State Drivers Licenses with at least CDL and HazMat endorsements necessary to drive the contractor-supplied fuel truck. The helicopter shall be capable of seating at least five adults, have a Global Positioning System (GPS) , have a minimum of one single turbine engine with a minimum of 420 shaft horsepower, and be capable of carrying a DAID machine and two extra boxes of balls plus a pilot and two government personnel on a burning flight or a pilot and four government person nel on an inspection flight. Flights will be scheduled on weekdays, weekends and holidays when military use and weather permits. The helicopter shall be on the burning site within either one hour after the pilot receives notification or the time specifie d by the government, whichever is later. Free Helicopter Parking Area is available near the Fort Stewart Forestry Office on Highway 144E. The contractor shall have access to a replacement helicopter if the primary helicopter cannot fly due to maintenance or repair problems expected to last 24 hours or longer. The contractor shall be responsible for all maintenance/repair costs of the equipment. The SIC Code is 0851. The NAICS Code is 115310. The contractor shall complete DA Form 2400 (Certificate of I nsurance), DA Form 2401 (Civil Aircraft Landing Permit), and DA Form 2402 (Hold Harmless Agreement). Service shall commence on 1 December 2002 or within 10 calendar days after receipt of contract award, whichever is later, and continue through 30 June 200 3. This contract contains an option to extend the term of the contract for (2) additional one-year periods. The Bid Price Schedule, Technical Exhibits/Forms and Full Description/Specifications may be downloaded from the following web-site: http://abop. monmouth.army.mil/frrt.nsf/Solicitation+By+Number?OpenView . The following clauses are hereby incorporated by reference. FAR 52.212-1, Instructions to Offerors, Commercial Items. FAR 52.212-2, Evaluation Commercial Items. (Award will be made to the Lo west Priced Technically Acceptable (LPTA) proposal) FAR 52.212-3, Offeror Representations and Certification Commercial Items (Must be downloaded and completed in its entirety). FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. The following FAR clauses are applicable under FAR 52.212-5: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.247-64, Preference for Privately-Owned U.S .-Flagged Commercial Vessels; and FAR 52.222-41, Service Contract Act as Amended. The following additional FAR clauses are hereby incorporated by reference: FAR 52.216-1, Type of Contract (The Government contemplates award of a Fixed Priced Requirements Type Contract resulting from this Synopsis/Solicitation). FAR 52.202-1, Definitions. FAR 52.203-3, Gratuities. FAR 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government. FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper. FAR 52.204-6, Data Universal Numbering System. FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.223-5, Pollution Prevention and Right-to-Know Information. FAR 52.223-6, Drug Free Workplace. FAR 52.228-5, Insurance, Work on a Government Installation. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.242-13, Bankruptcy. FAR 52.246-4, Inspection of Services, Fixed Price. FAR 52.253-1, Computer Generated Forms. FAR 52.216-18, Ordering. FAR 52.216-22, Indefinite Quantity. FAR 52.217-8, Option to Extend Services. FAR 52.218-9, Option to Extend the Term of the Contract. FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.232-19, Availability of Funds for the Next Fiscal Year. FAR 52.237-1, Site Visit. The following DFAR clauses are incorporated by reference: DFAR 252.201-7000, Contracting Officer?s Representative. DFAR 252.204-7004, Required Central Contractor Registration. DFAR 252.209-7003, Compliance with Veterans? Employment Reporting Requirements. DFAR 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. DFAR 252.225-7001, Buy American Act and Balance of Payments Program. DFAR 252.225-7017, Prohibition on Award to Companies Owned by the People?s Republic of China. DFAR 252.242-7000, Postaward Conference. DFAR 252.243-7001, Pricing of Contract Modifications. DFAR 252.212-7000, Offeror representations and Certifications, C ommercial Items. DFAR 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses are applicable under DFAR 252.212-7001 (De viation): DFAR 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFAR 252.225-7012, Preference for Certain Domestic Commodities; DFAR 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales; DFAR 252.225-7028, Exclus ionary Policies and Practices of Foreign Governments; DFAR 252.243-7002, Certification of Requests for Equitable Adjustment; and DFAR 252.247-7023, Transportation of Supplies by Sea. DFAR 252.247-7024, Notification of Transportation of Supplies by Sea. The following local clauses are incorporated by reference: 52.000-4001a, Contract Period. 52.000-4025, Requirement to Bid/Offer on All Items. 52.000-4047, Authorized Ordering Individuals. 52.000-4053, Installation Access Control Requirements. 52.000-4 054, Identification Badges. 52.000-4014a, Wage Determination. 52.000-4016a, Basis of Award. The full text of all clauses can be viewed at: http://www.stewart.army.mil/Display.asp?Page=F808E759-95C7-41F5-8FA7-B5D8B521AAB3 ,Re: DAKF10-02-R-0052. In order to determine the Lowest Priced Technically Acceptable (LPTA) proposal, all interested parties shall submit: 1) Full list of available equi pment, 2) Pilot?s resume (to verify flight hours), 3) Past Performance References. OFFEROR IS CAUTIONED TO CAREFULLY REVIEW FAR 52.212-1 AND FOLLOW ALL INSTRUCTIONS WHEN SUBMITTING AN OFFER. Proposals are due 24 September 02 by 2:00 pm. at 1042 William H. Wilson Ave., Ste. 219, Fort Stewart, GA 31314-3324. Paper copies will not be available. Please do not send requests for synopsis/solicitation copies to this office.
 
Place of Performance
Address: Directorate of Contracting, Fort Stewart 1042 William H. Wilson Avenue, Suite 219, Fort Stewart GA
Zip Code: 31314-3322
Country: US
 
Record
SN00139740-W 20020815/020813213623 (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.