Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2002 FBO #0320
SOLICITATION NOTICE

W -- Aircraft Services With Pilot

Notice Date
10/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APHISMXHM-02-03
 
Point of Contact
Jose Gallagher, Contract Specialist, Phone 612-370-2226, Fax 612-370-2106, - Janette Lever, Contract Specialist, Phone 612-370-2285, Fax 612-370-2106,
 
E-Mail Address
jose.l.gallagher@usda.gov, Janette.Lever@usda.gov
 
Description
The United States Department of Agriculture (USDA), Animal Plant health Inspection Service (APHIS), International Services (IS), operating in Northern Mexico, has a requirement for aerial services to release sterile Mexican fruit flies (mexflies) in Northern Mexico. Contractor shall provide permits and licenses as provided by the Mexican Aviation authorities, which allow their aircraft to operate in Mexico. Aircraft shall be modified for IS dispersal equipment and ready to perform by 11/1/02. Submit faxed quotations to "Contracting Section" at (612) 370-2106, attention Jose-Luis Gallagher. QUOTATIONS ARE DUE by 10/28/02 by 2:30 pm local time. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with Subpart 12.6, 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. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-09. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1(4/84); Changes--Fixed price 52.243-1 (8/87); Instructions to offerors - Commercial items 52-212-1; Evaluation-Commercial Items 52.212-2 (10/97); Offeror 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). IS will make the award to the lowest priced technically acceptable offeror. All offers must be signed. Contractor to submit pricing as a fully burdened hourly rate. An estimated 315 hours of flying time is needed. This number is provided as an estimate. The annual usage under the resulting purchase order may vary. Offeror to submit a technical proposal outlining the pilot's resume and knowledge of the area, documented flight hours in the area, estimated ferry time that is included in hourly rate and two references, including name and phone number for similar type work. SPECIFICATIONS: The Contractor shall: A) Provide one (1) aircraft at the Tijuana International Airport at the Contractor's expense. The aircraft shall conform to the following characteristics: A cabin with space behind the pilot larger than the dispersal unit; A minimum of 285 horsepower; A cargo door operating with a minimum width of 43 inches and a minimum height of 38 inches; Be equipped with an operational two-way VHF radio for air traffic and ground control that is capable of transmitting and receiving on 122,925 MHZ; Be equipped to provide a minimum of 30 amperes of 12 volt DC electric power in addition to the normal electrical power requirements of the aircraft. The additional power is needed to operate the dispersal equipment; Be equivalent to a Cessna 206 or larger to accommodate the weight and volume of the dispersal equipment; Meet all requirements of the Direccion General de Aeronautica Civil (DGAC) and any other appropriate agencies of the Republic of Mexico to include modifications required for the installation of the dispersal equipment. B) Provide the following personnel: A pilot for each aircraft who has a commercial pilot's license, a current medical certificate, and more than 500 total hours as pilot in command; A Contractor's representative on the work site who will have full authority to make decisions for the Contractor. The Contractor may designate a pilot to act in this capacity. The Contractor's representative shall be available for consultation at such times as may be designated by the Government. Pilots are responsible to report daily flight times to the COR or his/her designee. C) Permit such modification as may be necessary to install the dispersal unit and flight monitoring devices. D) Accept full responsibility for all equipment and accessories furnished by the Government except for normal wear and tear. E) Pay all operating expenses of the aircraft including maintenance, servicing, inspections, hangar, tiedown and parking fees. F) Assist in loading the dispersal unit into the aircraft prior to each flight and removing it after each flight. G) Execute taxi-time and run-ups in an efficient manner to avoid unnecessary delays. H) Obtain any congested area waivers that may be required by the DGAC or any other appropriate agency. The Contractor shall contact the DGAC and other appropriate agencies to fulfill, prior to the official starting date, all requirements for aircraft and pilot certifications, permits, waivers, registration, insurance, and any other requirements to perform aerial release operations. All documents necessary to show proof of aircraft and pilot certifications, permits, waivers, registrations, insurance, and pilot experience shall be available at the airport for inspection by the COR prior to beginning operations. I) Make necessary arrangements with the airport manager for: Payment of damages to the airport that result from the Contractor's aircraft or equipment; Maintaining the areas on the airport used by the Contractor in a clean and orderly fashion during and following their use, including satisfactory cleanup immediately after completion of the contract. The Government is responsible for any required cleanup of biological material. J) Deliver the dispersal unit to Government personnel at Tijuana at the conclusion of the program, in accordance with Contracting Officer's instructions. K) Have assembled at the airport, at the time specified by the COR, pilots and aircraft prepared for take-off as soon as the dispersal unit is loaded into the aircraft. L) Carry out fueling and minor maintenance procedures after the release of aircraft each day. SPECIAL CONTRACT REQUIREMENTS / RESCUE AND SALVAGE RESPONSIBILITIES: Salvage of damaged or demolished aircraft will be done at the Contractor's expense. No equipment or personnel performing under this contract may be used on such operations unless authorized by the Government. MAINTENANCE REQUIREMENTS: The aircraft shall be fully maintained by the Contractor. If maintenance is required at locations other than the Contractor's home base, the Contractor shall provide appropriate maintenance support, equipment and personnel necessary to repair the aircraft. Transportation of maintenance personnel and equipment shall be provided by the Contractor at no additional cost to the Government. Aircraft shall be maintained in accordance with the manufacturer's specifications, applicable APHIS regulations, and the manufacturer's operations specifications and maintenance manual. Aircraft components which have been operated beyond the published limitation specified by or the manufacturer will be inspected, overhauled and/or replaced as required by the manufacturer's publication. All applicable manufacturer's mandatory bulletins shall be complied with prior to performance of this contract. Bulletins or Airworthiness Directives published during the contract shall be complied with in accordance with the individual bulletin or directive. All maintenance deficiencies existing prior to the contract shall be corrected before the starting date of the contract. Those deficiencies occurring during the contract shall be corrected during normal scheduled maintenance. The Contractor shall assure that all maintenance performed on contract aircraft is recorded in the affected aircraft's maintenance record in accordance with the applicable regulations. In addition to aircraft time-in-service, the hour meter reading shall be recorded for all maintenance record entries. A copy of the contract aircraft's current maintenance record, shall be kept at the designated base. A separate list of Airworthiness Directives and Manufacturer's Mandatory Service Bulletins on the make and model of aircraft offered will be made available, recording whether applicable or not and if applicable the date and airframe total time at compliance, method of compliance, next compliance due date if recurring, and authorized signature and number. REMOVAL OF AIRCRAFT FROM SERVICE: The aircraft may be taken out of service for scheduled or unscheduled maintenance. Removal of the aircraft from availability status during an established duty day will require prior approval of the COR. Maintenance shall be completed within 24 hours if scheduled for service. If the aircraft is not scheduled for service, it may be removed from the operating base for maintenance, provided the Contractor: (1) notifies the COR in advance; (2) obtains the availability schedule from the COR; (3) returns the aircraft to service before the beginning of the next availability period, and; (4) does not use the aircraft for any purpose other than maintenance test flights or ferry to and from the maintenance facilities. Unavailability in excess of 3 full consecutive calendar days or in excess of any accumulated 7% of the exclusive use period shall constitute grounds for termination for default. Payments for services rendered prior to termination for default will be made only on the basis of hours actually flown and no minimum guarantee will be effective. FLIGHT OPERATIONS: Operations will be conducted by Contractor pilot. SUBSTITUTION OF AIRCRAFT: The Contractor may substitute aircraft during performance of the contract, provided such substitution meets all requirements herein and is approved in writing by the Contracting Officer or his/her authorized representative. Request for substitution shall be made at least 10 days prior to exchange except for unforeseen conditions. Transportation of substituted aircraft to the point of use will be at the Contractor's expense. DAMAGES: If the Contractor fails to ensure availability of the aircraft at any time during the contract period, the Government may obtain the required services elsewhere and charge the Contractor any excess cost. Further, the Contractor may be liable for any additional actual damages to the Government resulting from such failure to perform. The Contractor will not be charged with damages when the delay in delivery or performance arises out of causes beyond the control of and without the fault or negligence of the Contractor.
 
Record
SN00188759-W 20021018/021016213227 (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.