Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

W -- Passenger Transport Aircraft Lease

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
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
DJMS-05-R-0006
 
Description
The Justice Prisoner and Alien Transportation System (JPATS) intends to award a commercial, multiple award, indefinite delivery, indefinite quantity (IDIQ) contract to acquire wet (Aircraft Crew Insurance Maintenance) and dry (Aircraft Insurance Maintenance) leased aircraft. The commercial test program procedures established in Federal Acquisition Regulation (FAR) Part 13.5 will be utilized. Each IDIQ contract awarded will be for a one (1) year basic period and four (4) one-year options, with individual delivery orders to be issued for any supplies/services furnished as a result. The applicable North American Industry Classification System (NAICS) Code is 532411. This procurement will be unrestricted under full and open competition. A Firm-Fixed Price contract is contemplated. The basic period of performance will be from the date of award through 30 Sep 05. The period of performance for option terms will be as follows: Option I, 01 Oct 05 ? 30 Sep 06; Option II, 01 Oct 06 ? 30 Sep 07; Option III, 01 Oct 07 ? 30 Sep 08; Option IV, 01 Oct 08 ? 30 Sep 09. The following factors shall be used to evaluate offers in order to select the offer(s) that is most advantageous to the Government, price and other factors considered, and are included in the relative order of importance. Offers will be evaluated on their 1) past performance on similar projects, 2) price, and 3) to be considered for award, the offeror submitting the proposal must clearly demonstrate at the time of proposal submission that it has the ability to provide aircraft operated and maintained in accordance with an FAA approved program for a certified Title 14 CFR Part 121/125/135 operator, as applicable. Demonstration of this ability by an offeror shall be by the presentation of applicable Operating Certificates for themselves or their first tier subcontractor. In the event multiple contracts are awarded under the resulting solicitation, the Government will issue at least one order for the minimum quantity of 5 flight hours for each contract so awarded. However, if a contractor is unable to perform, the 5 flight hour minimum guarantee will be considered to have been met. Request for Proposal (RFP) No. DJMS-05-R-0006 will be available on Federal Business Opportunities (FedBizOpps) on or about 09 Feb 05, with proposals due thirty days from the issue date of the RFP. The RFP will be posted in its entirety at the FedBizOpps website. No hard copies of the solicitation will be issued and no electronic proposal submissions will be accepted. All proposals from responsible sources shall be considered. All questions must be submitted in writing either via e-mail or fax to the following by 3:00 PM CST on 22 Feb 05: Shelley Bothwell, shelley.bothwell@usdoj.gov, FAX 405-680-3466. NOTE: Contractors proposing on the solicitation must be registered in the Central Contractor Registration (CCR) database to be eligible for award or payment for any delivery orders issued. The CCR database may be accessed via the Internet at http://www.ccr.gov. JPATS has a requirement for the delivery and use of U.S. registered, transport category, turbojet and/or normal category, turboprop aircraft on a short-term notice via leasing agreement. All aircraft shall have a valid Certificate of Airworthiness at time of delivery to JPATS. On a normal operating basis, JPATS will provide as much lead time as possible. However, on an emergency basis, JPATS will require status from the contractor within two (2) hours as to the availability of an aircraft for wet (ACIM) leases only. The aircraft are required in the event JPATS aircraft become temporarily inoperable or if additional capacity is needed. All aircraft furnished to JPATS for lease shall be on an as needed basis. The anticipated Contract Line Items (CLINS) are as follows for the basic/option years: X001- X003 Wet Lease Turboprop (passenger capacity 8-19, 20-50, and 51-60); X004 thru X014 Wet Lease Turbojet (passenger capacity 8-19, 20-50, 51-90, 91-120, 121-139, 140-170, 171-220, 221-270, 271-300, 301-350, 351-500; X015 Dry Lease Turbojet, Hawker 800 or equal; X016 Dry Lease Turbojet, Boeing (McDonnell Douglas) MD83 or equal; X017 Dry Lease Turbojet, Boeing 737-300 or equal; X018 Dry Lease Turbojet, Boeing 737-400 or equal; X019 Reserved. Each identified CLIN will have associated sub-CLINS for positioning/depositioning. The unit of issue is flight hour which is measured from the moment the aircraft first moves under its own power for the purpose of flight, until the movement comes to rest at the next point of landing. The turbojet aircraft will generally be required to depart from and return to a JPATS site, normally Oklahoma City OK, Alexandria LA, or Mesa AZ. On occasion, other airports may be designated by JPATS for air operations. The turboprop aircraft will generally be required to fly weekly round trips between the Virgin Islands, Puerto Rico, the Dominican Republic, Haiti, or on occasion other airports designated by JPATS. Additional sites for performance, if required, will be established on each individual order. When requirements exist, a normal JPATS mission consists of 5 flight hours per day for turbojet aircraft and 3 flight hours per day for turboprop aircraft. The contractor shall provide the aircraft, all maintenance (including line maintenance/line servicing/heavy maintenance/aircraft cleaning), logistics support, and insurance. The contractor shall also provide a crew for wet (ACIM) leases.
 
Record
SN00738900-W 20050126/050124211656 (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.