Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

J -- aircraft line maintenenace

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, OK, 73159-1198
 
ZIP Code
73159-1198
 
Solicitation Number
PSTJ-05-0189
 
Archive Date
9/22/2005
 
Point of Contact
Larry Park, Contract Specialist, Phone 405/680-3424, Fax 405/680-3466,
 
E-Mail Address
larry.park@usdoj.gov
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
It is the intent of the Justice Prisoner and Alien Transportation System, (JPATS) to negotiate on a sole source basis, with Bohlke International Airways, St Croix, U. S. Virgin Islands for a firm-fixed-price contract for commercial maintenance and logistics support of a Government owned Beech 99 aircraft. This aircraft will be stationed in St. Croix, U.S. Virgin Islands. The intended period of performance for the resulting contract should be October 1, 2004 through September 30, 2005. This aircraft is used to perform JPATS missions of transporting prisoners for its customers, U.S. Marshal Service (USMS) and the Bureau of Immigration and Customs Enforcement (BICE). The JPATS requirement is for maintenance support for the aircraft including daily line maintenance and servicing, scheduled and unscheduled minor maintenance, and operational checks during the period of performance. The effort requires that the maintenance provider supply properly certificated/licensed mechanics to perform the maintenance. Contractor will also be required to provide the manpower to perform three 100-hour maintenance events during the period of performance. Contractor will be responsible for supplying all materials and parts to perform all daily maintenance. Materials and parts for correction of discrepancies identified during scheduled maintenance events shall be supplied on a cost reimbursable basis. The services are commercial as defined in FAR Part 2. The total dollar amount including this modification will not exceed the simplified acquisition threshold. This action is under the authority of 41 U.S.C. 253(c)(1) as set forth in FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Capability statements must be received by quotation due date to be considered. Interested parties may identify their interest and capability to respond to the requirement or submit proposals in writing or via fax at 405-680-3496. This notice of intent is not a request for competitive proposals. However, all proposals received within 7 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Place of Performance
Address: RURAL ROUTE 2 HENERY E. ROHLSEN AIRPORT, ST CROIX US VIRGIN ISLANDS
Zip Code: 00850
 
Record
SN00668667-W 20040911/040909211838 (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.