Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2005 FBO #1180
MODIFICATION

V -- Lease of CASA-212, C130 and Cessna 208 Aircraft

Notice Date
2/16/2005
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-05-R-0018
 
Response Due
2/16/2005
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954, - Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil, canderson@mail.nswdg.navy.mil
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CORRECT THE QUANTITIES FOR CLINS 0001AA, 0001AB, 0001AC AND 0001AD TO READ AS ONE (1) EACH. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented 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. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 Lease CASA-212 Aircraft or equal for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training. The cost of getting the aircraft and crew from its home base to the place of performance shall be included in the firm fixed price. Daily usage will vary according to training profile requirements, averaging four (4) hours per day. It is estimated that twenty-five (25) personnel will attend training per session. The first (1st) fly day for the CASA-212’s will be on 20 February 2005/0500 Local. Specifications are as follows: Vendor shall be an Air Mobility Command (AMC) approved (inspected) vendor to include aircrew certifications and licenses. Vendor shall be Federal Aviation Administration (FAA) Part 135 certificated. Aircraft shall be ramped and capable of in-flight operations. Must be capable of 4 lifts minimum (5 preferred, if capable) per hour to an altitude of 13,000 feet. Jump lights (red/green) in cargo compartment for jump master/aircrew coordination. Seat must be side-facing troop seats (military style canvas/nylon seats and extended length seats) for sixteen (16) jumpers per lift. Permanently installed static line cables – no temporary installations. Intercom communications between aircrew and jumpmaster. Cargo compartment must be able to accommodate jumpers, instructors, safeties, and portable oxygen console (CASA-212 minimum size). Aircrew shall have oxygen system (portable or permanent). Standard VHF/AM radios required (UHF radio preferred, if available). Configured for over the ramp static line operations. CASA-212 aircrew shall be knowledgeable in current military free fall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Contractor shall have insurance coverage to include parachute and HALO operations and must provide proof of insurance coverage which includes parachute and HALO operations to be included with vendor proposal as per AMC certification. Contractor shall meet FAA FAR requirements for HALO Para-Ops. CASA-212 must be configured for day and night HALO parachute operations. All contractor personnel shall be United States citizens and must provide proof of United States citizenship as per AMC certification to be included with vendor proposal. Contractor shall have required clearances and documentation to operate from Department of Defense installations and provide proof of clearances and documentation to operate from Department of Defense installations as per AMC certification with submittal of vendor proposal. Aircraft shall be used for the exclusive use of the Department of Defense as a public use aircraft. Aircrew shall consist of a Captain and Co-Captain. The cost for the contractor’s lodging and per diem shall be included in the firm fixed price. The cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. SUBCLIN 0001AA Lease Two (2) each CASA-212 Aircraft or equal and Crew. Period of Performance: 20 February 2005 through 26 February 2005. Locations are Kodiak Drop Zone, Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Pinal Air Park, Marana, Arizona. It is estimated that one hundred twenty (120) flight hours are required; forty-four (44) hours positioning/de-positioning hours will be required. SUBCLIN 0001AB Lease Two (2) each CASA-212 Aircraft or equal and Crew. Period of Performance: 22 February 2005 through 24 February 2005. Locations are Ashley Drop Zone, Suffolk Executive Airport, Suffolk, Virginia and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Suffolk, Virginia. It is estimated that twelve (12) flight hours are required; eight (8) hours positioning/de-positioning hours will be required. SUBCLIN 0001AC Lease Two (2) each CASA-212 Aircraft or equal and Crew. Period of Performance: 7 March 2005 through 11 March 2005. Locations are Kodiak Drop Zone, Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a 150 mile vicinity of Pinal Air Park, Marana, Arizona. It is estimated that twenty (20) flight hours will be required; twenty-two (22) hours positioning/de-positioning hours will be required. SUBCLIN 0001AD Lease Two (2) each CASA-212 Aircraft or equal and Crew. Period of Performance: 7 March 2005 through 11 March 2005. Locations are Ashley Drop Zone, Suffolk Executive Airport, Suffolk, Virginia and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Suffolk, Virginia. It is estimated that twenty (20) flight hours will be required; eight (8) hours positioning/de-positioning hours will be required. SUBCLIN 0001AE Lease One (1) each CASA-212 Aircraft or equal and Crew. Period of Performance: 14 March 2005 through 18 March 2005. Locations are Kodiak Drop Zone, Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Pinal Air Park, Marana, Arizona. It is estimated that twenty (20) flight hours will be required; twenty-two (22) hours positioning/de-positioning hours will be required. SUBCLIN 0001AF Lease One (1) each CASA-212 Aircraft or equal and Crew. Period of Performance: 22 March 2005 through 24 March 2005. Locations are Ashley Drop Zone, Suffolk Executive Airport, Suffolk, Virginia and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Suffolk, Virginia. It is estimated that twenty (20) flight hours will be required; eight (8) hours positioning/de-positioning hours will be required. SUBCLIN 0001AG Lease Two (2) each CASA-212 Aircraft or equal and Crew. Period of Performance: 4 April 2005 through 8 April 2005. Locations are Ashley Drop Zone, Suffolk Executive Airport, Suffolk, Virginia and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Suffolk, Virginia. It is estimated that forty (40) flight hours will be required; sixteen (16) hours positioning/de-positioning hours will be required. CLIN 0002 Lease One (1) each Cessna Caravan 208 (side door) Aircraft or equal and Crew for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training Mission. Period of Performance: 27 February 2005 through 5 March 2005. Locations are Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Pinal Air Park, Marana, Arizona. It is estimated that twenty (20) flight hours will be required; seven (7) hours positioning/de-positioning hours will be required. The first (1st) fly day for the Cessna Caravan 208 will be on 28 February 2005/0500 Local. Daily usage will vary according to training profile requirements, averaging four (4) hours per day. The cost of getting the aircraft and crew from its home base to the place of performance shall be included in the firm fixed price. It is estimated that twenty-five (25) personnel will attend training. Specifications are as follows: Vendor shall be an Air Mobility Command (AMC) approved (inspected) vendor to include aircrew certifications and licenses. Vendor shall be Federal Aviation Administration (FAA) Part 135 certificated. Aircraft must be side door exit capable in-flight. Aircraft must be ramped and capable of in-flight operations. Must be capable of 4 lifts minimum (5 preferred, if capable) per hour to an altitude of 13,000 feet. Jump lights (red/green) in cargo compartment for jump master/aircrew coordination. Aircraft shall have extended length seat belts. Aircraft shall have intercom communications between aircrew and jumpmaster. Cargo compartment must be able to accommodate jumpers, instructors, safeties, and portable oxygen console. Aircrew must have oxygen system (portable or permanent). Standard VHF/AM radios are required (UHF radio preferred, if available). Aircrew shall be knowledgeable in current military free fall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Contractor shall have insurance coverage to include parachute and HALO operations and must provide proof of insurance coverage as per AMC certification which includes parachute and HALO operations to be included with vendor proposal. Contractor shall meet FAA FAR requirements for HALO Para-Ops. Cessna Caravan 208 shall be configured for day and night HALO parachute operations. All contractor personnel shall be United States citizens as per AMC certification and must provide proof of United States citizenship to be included with vendor proposal. Contractor shall have required clearances and documentation to operate from Department of Defense installations as per AMC certification and provide proof of clearances and documentation to operate from Department of Defense installations with submittal of vendor proposal. Aircraft shall be used for the exclusive use of the Department of Defense as a public use aircraft. Aircrew shall consist of a Captain and Co-Captain. The cost for the contractor’s lodging and per diem shall be included in the firm fixed price. The cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. CLIN 0003 Lease One (1) each C130 Aircraft. Lease C130 Aircraft or equal for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training Mission. The cost of getting the aircraft and crew from its home base to the place of performance shall be included in the firm fixed price. The first (1st) fly day for the C130 will be on 7 March 2005/0500 Local. Specifications are as follows: Vendor shall be an Air Mobility Command (AMC) approved (inspected) vendor to include aircrew certifications and licenses. Aircraft shall be ramped and capable of in-flight operations. Jump lights (red/green) in cargo compartment for jump master/aircrew coordination. Seating must be troop seats (military style canvas/nylon seats and extended length seat belts) for forty-five (45) jumpers per lift. Permanently installed static line cables – no temporary installations. Intercom communications between aircrew and jumpmaster. Cargo compartment must be able to accommodate jumpers, instructors, safeties and portable oxygen console. Aircrew shall have oxygen system (portable or permanent). Standard VHF/AM radios required (UHF radio preferred if available). Configured for over the ramp operations. C130 with aircrew shall be knowledgeable in current military free fall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Contractor shall have insurance coverage to include parachute and HALO operations as per AMC certification and must provide proof of insurance coverage which includes parachute and HALO operations to be included with vendor proposal. Contractor shall meet FAA FAR requirements for HALO Para-ops. C130 shall be configured for day and night HALO parachute operations. All contractor personnel shall be United States citizens as per AMC certification and must provide proof of United States citizenship to be included with vendor proposal. Avionics to identify winds during climb to exit altitude. Contractor shall have required clearances and documentation to operate from Department of Defense installations as per AMC certification and provide proof of clearances and documentation to operate from Department of Defense installations with submittal of vendor proposal. Contractor shall meet Federal Aviation Regulation (FAA) requirements for HALO Para-ops. Aircraft shall be used for the exclusive use of the Department of Defense as a public use aircraft. Aircrew shall consist of a Captain and a Co-Captain. The contractor’s cost for lodging and per diem shall be included in the firm fixed price for the lease and not separately priced. SUBCLIN 0003AA Lease One (1) each C130 Aircraft or equal and Crew. Period of Performance: 6 March 2005 through 12 March 2005. Locations are Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Pinal Air Park, Marana, Arizona. It is estimated that twenty (20) flight hours will be required; two (2) hours positioning/de-positioning hours will be required. SUBCLIN 0003AB Lease One (1) each C130 Aircraft or equal and Crew. Period of Performance: 7 March 2005 through 11 March 2005. Locations are Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Pinal Air Park, Marana, Arizona. It is estimated that twenty (20) flight hours will be required; two (2) hours positioning/de-positioning hours will be required. SUBCLIN 0003AC Lease One (1) each C130 Aircraft or equal and Crew. Period of Performance: 17 March 2005 through 25 March 2005. Locations are Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Pinal Air Park, Marana, Arizona. It is estimated that twenty-eight (28) flight hours will be required; two (2) hours positioning/de-positioning hours will be required. This Request for Proposal (RFP) H92244-05-R-0018 is anticipated to result in a Firm Fixed Price (FFP) contract. The Government intends to make multiple awards as a result of this announcement. Submit written offers; oral orders will not be accepted. It should be noted that proposals do not have to be submitted for all CLINs. Should this be the case, vendors should mark a CLIN not being proposed as “No Bid”. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 effective 28 December 2004. North American Industrial Classification Code (NAICS) 488190, size standard 500 employees applies to this procurement. Period of Performance is specified within each CLIN. The DPAS rating for this procurement is DO. FBO Point: Origin. The following provisions and clauses apply to this procurement: FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995); FAR 52.204-7 Central Contractor Registration (Oct 2003); FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); The following factors shall be used to evaluate offers: Technical Competence, Past Performance and Price. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Past Performance Information submitted shall not exceed three (3) fiscal years. Technical and past performance when combined weighs more heavily than price; FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005). A copy of the Representations and Certifications can be viewed and downloaded at: http://www.arnet.gov/far/; FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2005); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans; Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); DFARS 252.212-7000 Offeror Representations and Certifications (Nov 1995). A copy of the Representations and Certifications can be viewed and downloaded at: http://www.arnet.gov/far. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) shall be submitted with vendor proposal; DFARS 25.225-7012 Preference for Certain Domestic Quantities (Jun 2004); DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002); DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Should industry have any questions, contact Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be on company letterhead in company format and must be sent to the attention of Christine Anderson either by fax (757) 492-7954, email canderson@mail.nswdg.navy.mil or United States Postal Mail to NSWDG, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 by 16 February 2005 at 12:00pm Eastern Standard Time (EST). Proposals received after this timeframe shall not be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Vendors must be registered in Central Contractor Registration (CCR) at http://www.ccr.gov prior to award. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-FEB-2005); 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/VirginiaBeachVA/H92244-05-R-0018/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00753363-F 20050218/050217083024 (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.