Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

V -- CHARTER AIRCRAFT SERVICE

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS040037
 
Response Due
6/2/2004
 
Archive Date
6/17/2004
 
Point of Contact
Donita Hood, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801, - Kathleen Wilson, Contracting Officer - PIB Branch Chief, Phone (202) 406-6940, Fax (202) 406-6801,
 
E-Mail Address
dhood@usss.treas.gov, none
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number USSS040037 is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 01-09. This action is a 100% small business set-aside. The NAICS code is 481211, and the small business size standard is 1,500. This solicitation will be issued using commercial practices in accordance with FAR Part 12. The offeror will arrange for travel charter air services to various locations within the United States and International flights. Minimum trips required will be two, and the maximum may be twenty. The initial period of performance will begin June 8, 2004 through September 30, 2004 with two one year options. The offeror must be able to meet the following requirements: (1) Arrange for domestic and international charter aircraft services. 2) The offeror must have experience with Andrews Air Force Base and the Pentagon in securing air permits and landing rights for arrival and departures from Andrews Air Force Base. (3) The offeror must have experience with the Transportation Security Administration in securing waivers for the chartered aircraft to violate Flight Restriction Airspace Zones in Washington, DC and any other flight restricted zones throughout the United States. (4) The offeror must be capable of responding to requests for charter air services during the hours of 8:00 a.m. until 5:00 p.m. on normal working days, and be able to accommodate air services after 5:00 p.m. on weekdays, weekends and holidays. (5) The offeror must be capable of responding to a request for price estimates concerning charter air travel services within a reasonable time, 24-48 hours of a request received during normal working hours. (6) Have the appropriate top secret security background clearances and U.S. Citizenship is required. Following quote evaluations, the government expects that the resultant contract will be a Firm-fixed Price, Indefinite Delivery-Indefinite Quantity award for a base period with two one year options. The following factors will be applied to determine the best value to the Government. The combined technical criteria (Elements A, B, C, D and E) may be considered more important than the price criteria. 1. TECHNICAL APPROACH: A. Backup/Contingency Plan: The USSS requires both on-time performance and actual completion of all round trip flights. The offerors shall address plans to provide the required services, and shall offer solutions for mitigation of any breaks in service due to the fault of the contractor at both USSS Headquarters & the White House locations. Mechanical failures shall be considered the contractor?s fault. Circumstances beyond the contractor?s control (weather, air traffic control delays etc) are not considered to be the contractor?s fault. Subcontracting flights to mitigate cancellations or lateness is authorized; however, background checks must have already been performed on the pilots, flight crew, administrative staff and contractors. B. Type of Aircraft & Age of Aircraft: The offeror shall provide the type and age of the aircraft they propose to use for the charter air service. Also, include cost by block hour by fleet type to include seat configuration. C. Security Clearances: The offeror must have top secret security clearances. All contactor personnel proposed to work under this contract shall successfully pass USSS background investigations prior to contract award. The USSS will provide contractor personnel access forms (SSF 3237) to be completed by the offeror and all proposed personnel and returned to the Service within two weeks prior to start of contract. The contractor agrees that for due cause or anticipated security risk any contractor or subcontractor employee may be removed from duty at the USSS upon the Secret Service?s request. It is the contractor?s responsibility to provide technically competent personnel that do not pose background or security concerns. Also, on-time reliability is very important. D. Past Experience: Provide examples within the last three years of similar air charter service experience(s) that the offeror has provided that have resulted in an ongoing relationship with the customer(s). These examples shall indicate the competency the U.S. Secret Service can expect from the contractor performing the effort. Provide name, address, contact person, telephone number, date and description of service rendered, and verifiable data demonstrating performance history. E. Reporting Requirements: (POST AWARD) The successful offeror shall provide information brochures or pamphlets for distribution which describes the services provided. Management Reports: The successful offeror will provide quarterly and annual cost tracking reports of the frequency and dates of travel activities for U. S. Secret Service. 2. PRICE PROPOSAL: The offeror?s pricing shall include all price elements associated with operation of arranging travel charter air services including, but not limited to insurance, taxes, fuel, subcontracting, maintenance, labor and profit. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-2 Paragraph (a) insert: The Government intends to award a Fixed Price, Indefinite Delivery-Indefinite Quantity order that represents the best value to the Government, technical ability and past performance is more important than price. Failure to provide requested information with quote will be considered non-responsive. 3352.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor - Cooperation with Authorities and Remedies; 52.225-1, Buy American Act-Balance of Payments Program--Supplies; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.216-27, Single or Multiple Award; 52.217-09, Option to Extend Services; Option to Extend the Term of the Contract; and 52.232-19, Availability of Funds for the Next Fiscal Year; 3052.216.70, Evaluation of Offers Subject to an Economic Price Adjustment Clause. These FAR Provisions and Clauses may be accessed via the World Wide Web at http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. A signed copy of the Representations and Certifications shall be included with offeror?s quote. Written quotes must contain the following: 1) Technical section shall include all elements listed above and detailed plan of action for required services; 2) demonstrated ability to perform this requirement; 3) a list of three references of completed projects of similar difficulty; 4) provide resumes of key personnel. 5) Completed and signed copy of the FAR 52.212-3, Representations and Certifications. For additional information or questions regarding this solicitation, contact Donita Hood via email at Donita.Hood@usss.dhs.gov or by telephone (202) 406-6790 BEFORE MAY 28, 2004. The Government will NOT be responsible for any costs accrued or incurred by the vendor in preparation of answering this solicitation. QUOTES ARE DUE ON WEDNESDAY, JUNE 2, 2004, 2:00 P.M. EST. Quotations may be sent by overnight mail and through the United States Postal Service to U.S. Secret Service, Procurement Division, 950 H Street, NW, Washington, DC 20223, Attn: Donita Hood. If offers are hand delivered, please ensure that the courier is instructed to use the courtesy phone in the right rear of the lobby to call Procurement Operations on extension 6-6790/6940. A staff member will meet the courier to receive the submittal.
 
Place of Performance
Address: USSS/DHS/Office of Administration, 950 H Street, NW, Washington, DC
Zip Code: 20223
Country: USA
 
Record
SN00589228-W 20040522/040520211548 (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.