Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

W -- Rental of Helicopter w/ Pilot for 80 Hours for MT

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APWSAVFC-0019-5-A
 
Response Due
5/6/2005
 
Archive Date
5/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. This combined synopsis/solicitation will result in a firm fixed price purchase order. Simplified procurement procedures will be used per FAR Part 13. This combined synopsis/solicitation, APWSAVFC-0019-5-A, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. This requirement is 100% set aside for small business. The NAICS code is 532411, Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing. The small business size standard is no more than $6 million in average annual receipts for the offeror's preceding 3 years. This combined synopsis/solicitation contains two contract line item numbers (CLINs). The period of performance is date of award through 9/30/05. CLIN 0001 is for rental of helicopter with pilot for approximately 80 hours (offeror is to provide a price per flight hour). CLIN 0002 is for any per diem costs ? if applicable. If any other items are needed to accomplish this requirement provide a price for those items also. Please e-mail me at Tamara.M.Lanier@aphis.usda.gov and I will provide you Attachment 1, Statement of Work and Attachment 2, Department of Labor Wage Determination No: 1995-0222, Revision Number 17 dated 5/27/2004 which lists the minimum wage for an Airplane Pilot at $22.28 plus health and welfare. The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far : 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. Offeror must exist in the Central Contractor Registration (CCR) database in order to receive an award, www.cccr.gov. Department of Labor Wage Determination No: 1995-0222 Rev. No: 17 dated 5/27/2004 is applicable to this purchase order. In accordance with FAR 52.212-3(a), Evaluation ? Commercial Items, The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quote conforms to the statement of work and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Airworthiness acceptable to WS 2) Engine time since major overhaul or new 3) Aircraft operational history 4) Appearance acceptable to WS standards. Provide a narrative that addresses the above four factors. Provide enough information so that an evaluator can rate the above four factors. Offerors are to provide a list of three most current references for a similar item. The offeror shall provide the name, address, telephone number and e-mail address of the point of contact for each reference provided. Award of the purchase order will be contingent upon results of a pre-use inspection. The offeror shall make their equipment available for inspection at the designated base of operations or other location acceptable to the Government at a mutually agreed upon time not later than 24 hours prior to the established reporting date. At the time of inspection the aircraft shall (1) be properly certified and registered by the FAA, and (2) comply with all specifications set forth herein. If the aircraft meets all requirements, an Aircraft Data Card (APHIS Form 150) authorizing use of the equipment will be issued. The Aircraft Data Card shall be with the aircraft throughout the purchase order period. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-3 Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act ? Balance of Payments Program, Alternate I, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: Tamara.M.Lanier@aphis.usda.gov The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. Numbered Note 1 is applicable to this requirement. Quotes are due May 6, 2005 by 4 p.m. Mountain Time. All responsible small businesses may submit a quote for consideration. All quotes must be signed. Quotes may be faxed to 970-493-0898, Attn: T. Lanier with signed original forwarded by mail to : USDA, APHIS, WS, 2150 Centre Avenue, Bldg B, Mail Stop 3W9, Attn: T. Lanier, Fort Collins, CO 80526-8117. Quotes can be e-mailed to Tamara.M.Lanier@aphis.usda.gov. A complete quote will consist of: 1. prices for CLIN 0001 and CLIN 0002 if applicable 2. signature on the page that lists the prices 3. completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 4. narrative that addresses the four evaluation factors 5. references for a similar item. Any questions can be e-mailed to Tamara.M.Lanier@aphis.usda.gov.
 
Place of Performance
Address: Montana
Country: US
 
Record
SN00793296-W 20050423/050421211654 (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.