Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2002 FBO #0300
MODIFICATION

V -- Airsupport for the month of October 2002

Notice Date
9/26/2002
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-02-Q-0025
 
Response Due
9/27/2002
 
Point of Contact
Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
glasska@soc.mil
 
Description
This action originally publicized in fedbizopps dated 14 September 2002, is amended as follows to answer the following questions. Question 1. Please clarify and define the pricing unit to be quoted for USZA92-02-Q-0025 (Oct 2002 Airsupport). Is the unit intended to be per "clock hour" or per "flight hour" Answer 1: The Government anticipated the contractors to price per flight hour. However, this is a commercial item solicitation and the Government will evaluate and consider alternate pricing, based on the contractor's commercial standard. The Government does require the contractor to specify the unit of measure used to price the service. Question 2. With regard to pricing, do you require a FFP bid to cover the month or will you accept a turnkey per flight hour cost? Answer 2. The Government anticipated a flight hour price schedule. Question 3. The format is not specified, but at para 17xvi you have requested "information on types and quantities for each flight operation identified." Do you want to use 17vi # 3 - Operations, or 17vi # 10 - Mission Tasks as the outline? Answer 3. We will evaluate any pricing schedule, we anticipated you using # 3 which identified specific operations. Question 4. Performance: The FAA compliance requirement is stated to be part 91 with a few portions of the mission part 135. It is not clear whether the 135 portion of the mission requires standard 135 approved passenger seating or part 91 folding jump seating. Can you clarify the seating requirement for the 135 portion of the mission? Answer 4. There will not be a requirement for 135 seating for any of these missions. The part 91 seating is all that is required. Question 5. Will the contractor be required to RON or travel away from the Ft Bragg area in the performance of this contract? Answer 5. The contractor will not be required to RON or travel away from the Ft Bragg area. These missions will all be in and around Ft Bragg and the Uhwarrie forest. Question 6. The radio communication requirement for the aircraft to be able to speak to personnel on the ground is not clear. Is VHF only communication acceptable? Answer 6. Usually the commo equipment used is both FM and VHF. Question 7. Para 17vi # 3 - Operations, identifies several missions and mission scenarios. Will any of the missions be performed simultaneously - requiring more than one aircraft? Answer 7. There will be no missions performed simultaneously requiring more than one aircraft. the only requirement for two aircraft will be on 10 Oct to cover an airborne operations with 300 jumpers. Question 8. Para 17vi # 9 - Mission Notice, puts the contractor on notice that additional missions may be requested. Does the Government want a guaranteed standby aircraft and crew to fulfill this requirement? Answer 8. No - We anticipate other opportunities, and hope the winning contractor will be available for short notice requirements. Question 9. What are the performance clauses the Government will use in the actual contract and are there penalties or liquidated damages associated? Answer 9. All the clauses were included in the solicitation, no liquidated damages are associated. The date and time for receipt of quotes is changed - reference the RFQ number USZA92-02-Q-0025 and submit no later than 12:00 p.m. 27 September 2002, to Karen Glass at FAX (910) 432-9345. Karen Glass is the point of contact regarding this solicitation, (910) 432-6145.
 
Record
SN00176624-W 20020928/020926213846 (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.