Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
MODIFICATION

V -- AIR SUPPORT FOR US SPECIAL OPERATIONS COMMAND

Notice Date
11/17/2004
 
Notice Type
Modification
 
NAICS
488999 — All Other Support Activities for Transportation
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92236-05-Q2009
 
Response Due
11/23/2004
 
Archive Date
12/8/2004
 
Point of Contact
Connie Burgess, Contracting Officer, Phone 910-243-1345, Fax 910-243-0249,
 
E-Mail Address
burgessc@jdi.army.mil
 
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. Quotes are being requested and a written solicitation will not be issued. The solicitation, H92236-05-Q2009 is issued as a request for quotation (RFQ), and 100% Set Aside for Small Business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25 effective 5 Oct 2004. The associated NAICS 481211 (1500 Employees). This synopsis/solicitation is for a Commercial Item. CLIN 0001, Provide Air and Crew Support for the US Special Operations Command. Ferrying aircraft to and from the training location (Deland Florida) will be required if necessary. Training period of performance will be daily during 29 Nov 04 through 18 Dec 04. Estimated TAC hrs will be 40 hrs. The contractor shall have and maintain Federal Aviation Administration certification under FAR Part 135 prior to submission of proposal and pass Air Mobility Command inspection prior to award of contract. Contractor must provide CASA 212 air support able to perform at a minimum, four (4) lifts per hour, to an altitude of 12,500 to 15,000 MSI. Jump Lights (Red/Green) in cargo compartment for jumpmaster/crew coordination are required. Seating in aircraft must be troop seats for 16 jumpers per lift. Intercom communication between aircrew and jumpmaster is required. Cargo compartment must be able to accommodate jumpers, instructors, safeties, and portable oxygen console. Aircrew must have oxygen system (portable or permanent). Standard VHF/UHF radios required (UHF preferred if available). CASA 212 aircrew must be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Supporting aircrew must have had recent (within 30 days) military HALO/MFF contracts with documented satisfactory performance. Contractor must have applicable insurance coverage for parachute and HALO operations, and must meet FAA FAR requirements for HALO Para-Ops. CASA 212 must be configured for day and night HALO parachute operations. This Request for Quote is anticipated to result in a Firm Fixed Price (FFP) contract. The provisions at FAR 52.212-1 (Jan 2004), Instructions to Offerors-Commercial Items are hereby incorporated by reference. Solicitation Provision FAR 52.212-2 (Jan 1999), Evaluation Commercial Items, is hereby incorporated Contractors shall submit a complete copy of the provision at 52.212-3 (May 2004), Offerors Representations and Certifications Commercial Items, with their quote. Clause 52.212-4 (Oct 2003), Contract Terms and. Conditions Commercial Items, is hereby incorporated by reference. Clause 52.212-5 (Oct 2003), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2004) is hereby incorporated by reference, as well as the following clauses cited in the clauses which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 5212, Buy American Act Balance of Payment Program. Additionally, the following clauses are applicable to this solicitation, DFARS 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 52.203-7004, Required Central Contractor Registration, 252.225-7000 Buy American Act Balance of Payment Program Certificate, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7002, Qualifying Country Sources as Subcontractors. Questions pertaining to this solicitation must be submitted in writing and may be faxed to Connie Burgess at 9102430249. Signed and dated quotes referencing the RFQ number H92236-05-Q200, must be submitted, no later than 10:00 am, 23 Nov 2004 to Connie Burgess. The quote must provide sufficient detail on the proposed item to allow the government to make a best value determination. Proposal shall include vendors Cage Code, Dunn and Bradstreet Number (DUN) and Tax Identification Number (TIN). Should industry have any questions, please contact Connie Burgess at burgessc@jdi.army.mil. Proposals shall be submitted on company letterhead and sent to the attention of Connie Burgess, USSOCOM Regional Contracts Office, Bldg 3-1947, Pope AFB, NC 28308, by fax (9102431345) or by email burgessc@jdi.army.mil, and received Not Later Than 10:00 am, 23 Nov 04. Vendors shall submit Past Performance Information to include Contract Number, Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Technical capability shall be evaluated by how well the proposed services meet the Government requirement. The proposed offeror must be registered in the Central Contractor Registration (CCR) website at http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-NOV-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/SOALKA/H92236-05-Q2009/listing.html)
 
Place of Performance
Address: Marana AZ
Country: USA
 
Record
SN00709837-F 20041119/041117214155 (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.