Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2003 FBO #0681
SOLICITATION NOTICE

W -- Lease/Rental of American Champion Super Decathelon

Notice Date
10/7/2003
 
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
APWSAVFC-0003-4
 
Response Due
10/23/2003
 
Archive Date
11/6/2003
 
Point of Contact
Tamara Lanier, Contracting Officer, Phone 970-494-7433, Fax 970-494-7432, - Tamara Lanier, Contracting Officer, Phone 970-494-7433, Fax 970-494-7432,
 
E-Mail Address
Tamara.M.Lanier@aphis.usda.gov, Tamara.M.Lanier@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will NOT be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. This combined synopsis/solicitation, APWSAVFC-0003-4, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. This requirement is 100% set aside for small business. The NAICS code is 532411, Commercial Air, Rail and Water Transportation Equipment Rental and Leasing. The small business size standard is no more than $6 million in average annual receipts for the offeror's preceding 3 years. This combined synopsis/solicitation contains three contract line item numbers (CLIN), CLIN 0001, for one American Champion Super Decathelon for the period of 1/1/04-9/30/04. CLIN 0002, for one American Champion Super Decathelon for the period of 10/1/04-9/30/05. CLIN 0003, for one American Champion Super Decathelon for the period of 10/1/05-9/30/06. Offerors are to provide pricing per flight hour for all three CLINS. The estimated number of hours for each CLIN is 200 hours. The requirements/specifications of the American Champion Super Decathelon: 1. 300 hours total time or less on both the engine and airframe. All aircraft inspections must be current and properly documented in the aircraft records. Inspections of perspective aircraft will be conducted by qualified Wildlife Services' maintenance specialists and will occur at the location where the aircraft is based prior to award. Inspections will be at the Government's expense. The American Champion Super Decathelon shall be delivered to Cedar City, UT by 1/1/04. The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far: 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.217-8 Option to Extend Services. 52.217-9 Option to Extend the Term of the Contract. 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer, fill-in information for paragraph (c) is Name: USDA National Finance Center, Phone Number: 800-421-0323. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. In accordance with FAR 52.212-3(a), Evaluation - Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Aircraft worthiness 2. Total time on airframe and engine 3. Overall appearance 4. Extra equipment, such as parachutes, etc. Offerors are to provide a narrative that addresses the above four factors. Provide enough information so that an evaluator can rate your responses. Offerors are to provide a list of three most current references for a like item. The offerer shall provide the name, address, telephone number and e-mail address of the point of contact for each reference provided. Maintenance Requirements: The aircraft shall be fully maintained by the Offeror. If maintenance is required at locations other than the Offeror's home base, the Offeror shall provide appropriate maintenance support and personnel necessary to repair the aircraft. Aircraft shall be maintained in accordance with the manufacturer's specifications, applicable APHIS regulations, and the company's operations specifications and maintenance manual. Aircraft components which have been operated beyond the published limitation specified by FAA or the manufacturer will be inspected, overhauled and/or replaced as required by the FAA or by the manufacturer's publication. All overhauls and/or replacements shall be done in a manner that minimizes unavailability during the period of this purchase order. All applicable manufacturer's mandatory bulletins and FAA airworthiness directives shall be complied with prior to performance of this purchase order. 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 performance of this purchase order shall be corrected before 1/1/04. Aircraft maintenance must conform to a FAA or equivalent approved maintenance inspection program subject to approval by the Wildlife Services National Aviation Manager or designee. Aircraft must have an approved aircraft safety inspection by the Wildlife Services National Aviation Manager or designee. The safety inspection shall be scheduled by WS at a designated time and location. Liability: The Government agrees that if the aircraft is damaged or destroyed due to the negligence of a Federal Government employee, the Government will reimburse the owner of the aircraft only as follows: 1. in no event will any reimbursement be made for normal wear and tear 2. to the extent the aircraft has been damaged beyond normal wear and tear the Government agrees to pay the owner for the reasonable cost of repair 3. 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 the Government agrees to pay the owner the fair market value of the aircraft at the time of the loss less any salvage value. Payment will be made according to hours and tenths of hours as shown on the daily flight records. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-7 Waiver of Buy American Act for Civil Aircraft and Related Articles, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: Tamara.M.Lanier@aphis.usda.gov. The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. Quotes are due October 23, 2003 by 4 p.m. Mountain Time. All responsible small businesses may submit a quote for consideration. All quotes must be signed. Quotes may be faxed to 970-494-7432, Attn: T. Lanier with signed original forwarded by mail to: USDA, APHIS, WS, NATIONAL AVIATION PROGRAM, 2150 Centre Avenue, Bldg B, Mail Stop 3W9, Attn: T. Lanier, Fort Collins, CO 80526-8117. Quotes can be e-mailed to Tamara.M.Lanier@aphis.usda.gov. A complete quote will consist of: 1. prices per flight hour for CLINs 0001-0003 2. signature on the page that lists the prices 3. narrative addressing four evaluation factors 4. completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 5. references 6. DUNS number (Duns and Bradstreet, www.dnb.com/us/)
 
Place of Performance
Address: Cedar City, UT
Country: US
 
Record
SN00448721-W 20031009/031007213034 (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.