Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
MODIFICATION

V -- CHARTER AIRLINE SERVICES TO ROSWELL NEW MEXICO

Notice Date
5/27/2004
 
Notice Type
Modification
 
NAICS
481111 — Scheduled Passenger Air Transportation
 
Contracting Office
DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), FLETC Artesia Facility (OAO), 1300 W. Richey, Artesia, NM, 88210
 
ZIP Code
88210
 
Solicitation Number
HSFLR040023
 
Response Due
6/14/2004
 
Archive Date
6/29/2004
 
Point of Contact
Arthur Welton, Contract Specialist, Phone 5057465782, Fax 5057488002, - Cynthia Ybarra, Procurement Technician, Phone 505-748-8010, Fax 505-748-8002,
 
E-Mail Address
art.welton@dhs.gov, Cynthia.Ybarra@dhs.gov
 
Description
This procurement requires the vendor to provide charter airlines This procurement requires the vendor to provide charter airlines service for the Artesia Federal Law Enforcement Training Center. This is a combined synopsis/solicitation for commercial items prepared in accordance with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is unrestricted therefore all responsible sources may submit a proposal and a best value evaluation will be performed. The Scope of Work (SOW) includes Jet Service from an International Airport within the Southwest Region (Dallas Texas, Denver Colorado) to Roswell, New Mexico with the flight originating at the International Airport, flying directly to Roswell and making the direct return flight to the International Airport from Roswell in accordance with the below schedule. The Aircraft proposed must accommodate a minimum of 120 passengers, must meet the industry standard for commercial flights with the exception of beverage/snack service and be in compliance with all FAA inspections, regulations and safety requirements for a commercial airliner. Each flight must originate and end from a gate within the secure area of the airport allowing incoming/outgoing passengers to make connection with the Charter Flight or their departing flights without leaving the secure area. The Charter Flight must be listed within the scheduling system of the airline allowing for those who are making reservations to view and confirm their reservations. The airline will also post the flight on all monitors within the International Air Port displaying the departure and arrival gate and times. The airline must provide for baggage transfer so as that the passenger has the same type of service as if they were on the carriers regular scheduled flights. The flight schedule will be each week on Sunday and will be accomplished between the following times from each site: Denver: Depart Denver prior to 1:00p.m. MDT/Arrive back to Denver no later than 4:00 p.m. MDT//Dallas: Depart Dallas prior to 1:30 p.m. CDT/Arrive back to Dallas no later than 4:00 p.m. CDT. The airline must provide for check in service at the International Airport. The FLETC will provide a manifest to the airline each Friday no later than 4:00 p.m. MDT. If there is space available, then any government employee on official travel may provide proper identification and travel orders at the gate and the airline will allow that individual to travel. The FLETC in conjunction with the Transportation Security Administration will provide security screening for all students departing from Roswell to the International Airport selected. The FLETC will also provide for the loading of baggage at the Roswell Airport on to the return flight, however this only relates to the placing of the bags from the secure area to the aircraft. The Airline will be responsible for securing all baggage within the hold and is responsible for all damage after it is placed inside the aircraft. The airline will provide for all fuel services at both locations and will be responsible for licenses, fees or tariffs associated with the operation of the flights. Regarding evaluation of proposal, interested parties are informed that even though price is an important selection criteria, a best value determination will be made based upon the offer that best meets the following technical and past performance factors and will be made in accordance with FAR provision 52.212-2 - Evaluation - Commercial Items. A go/no go technical factor will be used to assure that the offeror can meet the required safety and insurance requirements of the airline industry. The offeror?s proposal shall state the minimum safety and insurance requirements that are required by law and shall provide information that they meet these requirements. Failure to meet this requirement will exclude the offeror from consideration. The following factors shall be used to evaluate offerers in descending order of importance: (1) the offerors ability to meet the requirements in the SOW; (2) the offerors strategy to meet scheduled arrival and departure times given the availability of aircraft, flightworthiness of aircraft, etc; (3) an evaluation of past performance; and (4) price. Technical and past performance, when combined, is of significantly higher importance than price in this evaluation. The evaluation criteria can be reviewed by contacting Art Welton at 505-746-5782 or emailing him at art.welton@dhs.gov. The Request for Proposal (RFP) number is HSFLR040023. The proposal shall include this number and include a narrative on technical factors 1, 2 and 3 and should provide enough detail so that the Government can evaluate technical performance. Regarding past performance, the proposal should include a minimum of two contacts, if available, for two different charter airline service contracts performed by the offeror. This point of contact information should be on a currently available contact and should provide the preferred time, place and phone number for the Government to use when contacting that individual. The solicitation has provisions and clauses in effect through Federal Acquisition Circular (FAC) 23 dated 5 May 2004. The Government intends to award on 1 July 2004 but this date is up to the discretion of the Government. The period of performance for the charter airline services is from the date of award through 30 September 2004. Two additional option years will run from 1 Oct 2004 through 30 Sep 2005 and 1 Oct 2005 through 30 Sep 2006 respectively in accordance with FAR 52.217-9 with a fifteen day written notification to exercise the option. The proposed contract shall also have a six month option clause in accordance with FAR 52.218-8 with a 15 day written notification to exercise this option at the contract rates in effect when this clause is exercised. The deliverable for Contract Line Item Number (CLIN) 0001 is for the price of a round trip flight including all applicable taxes that will be in affect during the period of performance from the date of award through 30 Sep 2004. The offeror is requested to propose a round trip price without beverages and an optional roundtrip price with beverages. The deliverable for optional CLINs 0002 and 0003 are for the price of a round trip flight including all applicable taxes that will be in affect during the period of performance from 1 Oct 2004 through 30 Sep 2005 and 01 Oct 2005 through 30 Sept 2006 respectively. For CLINs 0002 and 0003, the offeror is also requested to propose a round trip price without beverages and an optional roundtrip price with beverages. Each offeror is required to include in its proposal certifications required by provision FAR 52.212-3 (May 2004) - Offeror Representations and Certifications, Commercial Items. The clause FAR 52.212-4 (Oct 2004) - Contract Terms and Conditions-Commercial Items, and the clause FAR 52.212-5 (May 2004) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items apply to this acquisition and will be in the awarded document in full text. In addition to these clauses, the following referenced clauses apply to this procurement: FAR 52.219-4 Price Evaluation Preference for HubZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan; FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-5, Trade Agreements, FAR 52.225-13 Restriction on Certain Foreign Purchases , FAR 52.232-18, Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer-- Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); and FAR 52.233-3 Protest After Award;. In accordance with FAR 52.222-41, the Service Contract Act applies to this acquisition. The following Department of Labor (DOL) wage determinations apply to this acquisition: (1) 1994-2081 revision 23 dated 12/11/2003 regarding Denver Colorado wages rates excluding pilots; (2) 1994-2509 revision 23 dated 08/20/2003 regarding Dallas Texas wage rates excluding pilots; (3) 1994-2511 revision 23 dated 09/30/2003 regarding Roswell New Mexico wage rates excluding pilots and (4) 1995-0222 revision 16 dated 01/16/2004 regarding nationwide airplane pilots and co-pilot wage rates. The previous clauses and provisions can be found at http://www.arnet.gov/far/. The awardee shall be registered in the Central Contractor Registry prior to award, and each offeror can register by going to website www.ccr.gov. Contact Art Welton, Contracting Officer at 505-746-5782 for any information regarding this solicitation such as clauses, provisions, wage determinations and a copy of the Evaluation Criteria for this procurement. Offers are due at the Federal Law Enforcement Training Center, Bldg 25, Procurement Branch, Artesia, NM 88210 by 4:00 pm MDT on 14 June 2004.
 
Place of Performance
Address: 1300 W. RICHEY BLVD, BLDG 25, ARTESIA, NM
Zip Code: 88220
Country: USA
 
Record
SN00593374-W 20040529/040527211537 (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.