Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

V -- HSSS01-05-R-0010

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
HSSS01-05-R-0010
 
Response Due
6/10/2005
 
Archive Date
6/25/2005
 
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; proposals are being requested and a written solicitation will not be issued. Request for Proposals HSSS01-05-R-0010 issued as a Request for Proposals (RFP) through Federal Acquisition Circular 05-03. This action is a 100% small business set-aside. The NAICS code is 481211 and the small business size standard is 1500. The U.S. Secret Service (USSS) has a requirement for air charter services to various locations, both domestic and international on an as needed basis. The requirement is for an indefinite number of flights which the proposed contractor may be required to coordinate in as short a timeframe as 12-24 hours from a request. The requests may be during non-business hours (i.e. weekends, after hours or holidays). The government anticipates awarding a requirements contract with a base period of one-year from date of award and two one-year option periods to be exercised at the discretion of the government. The minimum number of services (flights) that may be requested during the base period and option periods is one trip and the maximum is ten. This requirement is dictated by mission needs, irregular and unpredictable occurrences dependent on National Security Special Events and/or USSS protectee travel. Historically, the USSS has chartered from as few as zero planes per year, to as many as four planes per year. The contractor will be required to arrange for domestic and international charter aircraft services. The contractor will be required to have expertise and experience with Andrews Air Force Base and the Pentagon in securing permits and landing rights for arrival and departures from Andrew?s Air Force Base. The contractor will also be required to have expertise and experience with the Transportation Security Administration (TSA) in securing waivers for USSS chartered aircraft to violate Flight Restriction Airspace Zones in the Washington D.C. area and any other flight restricted zone throughout the United States. The contractor will also be required to have expertise and experience with the White House Travel Office in coordinating charter aircraft services between the White House and the United States Secret Service. When the government has a charter requirement, the contractor will be required to obtain quotes for chartered aircraft of varying sizes and obtain the actual aircraft in order to accommodate the numbers of USSS employees needing to travel via chartered aircraft. The aircraft will need to be powered by jet engine and aircraft sizes will typically need to accommodate between 50 and/or up to 150-200 people per flight. On a very rare occasion the Secret Service may request quotes on aircraft large enough to accommodate only up to 10 people. The contractor must be capable of responding to requests for charter aircraft services within 12 hours of a request. The contractor must be able to provide pricing for the proposed for a task order. The contractor must have a mechanism in place whereby requests for quotes and charter aircraft services can be placed after hours, on weekends, and on holidays. When the Contracting Officer (CO) requests pricing for a task order, the contractor shall provide quotes from at least three different vendors possible. Each price quote shall include all estimated costs and the contractor?s service fee. Unless otherwise indicated, when the CO requests pricing for a task order, the contractor shall provide quotes for planes that are actually available for the Secret Service to reserve and for planes that are able to perform the service requested (i.e. the plane should be large enough to accommodate the passenger and baggage requirements we provide when requesting a quote.) The contractor will be required to work with the chartered aircraft owner/operator and the Fixed Base Operator (FBO) at the arrival/departure airports to provide the USSS with information concerning pick up/drop off points of our personnel at the airport, ramp access locations for Secret Service buses and vehicles, baggage handling arrangements, FBO names and telephone numbers. The contractor shall provide information concerning their backup contingency plan in the event an aircraft chartered for the USSS experiences a mechanical, crew rest, weather, or other problem which prevents the aircraft from performing services as requested. The contractor shall provide for facsimile, email, and telephonic requests for queries, information, and reservations from the Contracting Officer and Contracting Officer?s Technical Representative (COTR). The contractor shall provide customized management reports as required by USSS. Such reports may include but are not limited to monthly and annual report of contractor activities for the USSS including frequency and dates of charter aircraft services, dollar amounts, and cost tracking reports. The contractor shall invoice for services in accordance with the task order issued for those chartered services. The contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance and integrity and shall be responsible for taking such disciplinary action against the Contractor?s employees as may be necessary. Personnel assigned to this contract must be acceptable to the Government in terms of personal and professional conduct. Personnel working on the contract or provided by the contractor to provide services on air charter services shall not disclose sensitive information, nor violate security and safety regulations and procedures. If contractor personnel are not upholding to standards of conduct as outlined in Federal Acquisition Regulation 3, or who create conflicts of interest with the Government interests, the Contracting Officer will notify the contractor and the personnel shall be removed from working on the contract. Any such actions will be justified and documented by the Government. U.S. citizenship is required for all contractor employees working on this particular contract. Contractor employees will be required to pass a Secret Service conducted background investigation. The Secret Service will provide Contractor personnel access application forms to be completed by all contract employees and returned to Secret Service within one week prior to working at the contractor?s location. A background investigation may not be necessary for those contract employees that have an existing top secret clearance with the Defense Investigative Service Contracting Office (DISCO). Updated clearances will be required every January. Cost of the clearances will be borne by and conducted by the Secret Service. Top Secret clearance is not required. Failure to pass the Secret Service background investigation will preclude a contractor employee from working on the contract. After completion of each task order, the CO and Contracting Officer?s Technical Representative (COTR) will evaluate the contractor?s performance based on the following criteria: a. Timeliness in contractor responding for requests for charter aircraft quotes, and efforts made by the contractor to obtain quotes from at least 3 different vendors. b. Competitive pricing for charter aircraft. c. The contractor should provide quotes for aircraft that are actually available and have the available crew for the Secret Service to reserve. d. Charter aircraft performs as requested (i.e. the plane arrives and departs as scheduled no unscheduled fuel stops, baggage is handled appropriately by the FBO, etc.) e. There are no unforeseen crew rest issues affecting the ability of the charter aircraft to perform as requested. f. The aircraft can accommodate the luggage/cargo space as promised. g. In the event of unforeseen circumstances such as weather or mechanical issue, the contractor contingency plan adequately provides for alternate methods/aircraft to accomplish our mission. Offeror?s will be required to submit a written technical/organizational proposal that addresses the following criteria: (1) the number of instances over the past two years they have contracted for chartered aircraft services into/out of Andrew?s Air Force Base. The offeror?s proposal shall provide examples of experience providing these services. (2) The offeror must provide information/statistics regarding dependability and reliability of aircraft previously chartered by the offeror over a one-year period. The offeror shall identify specific examples of measures they have implemented to resolve and mitigate problems in the past when chartered aircraft they?ve obtained have failed to arrive/perform as required or contracted for. (3) The offeror shall provide information brochures or pamphlets describing the offeror?s capabilities and services provided. (4) The offeror shall provide information regarding general business relations, general history/overview of the contractor?s company, references for work completed for other government agencies, and resumes of key personnel. Key personnel are defined as the individuals who will be assigned to the USSS contract. (5) Trip/Task Examples: The offeror?s technical/organizational proposal shall address the following trip/task samples by addressing the offeror?s proposed solution including pricing. The trip itineraries will be evaluated for the purposes of determining the offeror?s capability to meet the government?s requirement. Offeror?s pricing of the below scenarios should include all price elements associated with operation of the chartered aircraft as well as the contractor?s service fee. All costs should be itemized so as to allow for an evaluation of the offeror?s solution. (A.) Sample Trip/Task #1 On August 1, 2005, the Secret Service needs to transport 150 people and 4 Secret Service owned bomb dogs from Boston, MA to Seattle, Washington. Depart Boston at approximately 9a. The dogs will be crated. Passengers will be limited to two 60 pound bags (standard luggage size) and one 30 pound carry on bag. Catering services are not required. (B.) Sample Trip/Task #2 On July 20, 2005, the Secret Service needs to transport 75 people from Andrew?s Air Force Base to Waco, Texas. Depart Andrew?s Air Force Base at approximately 9am. Passengers will be limited to two 60 pound bags (standard luggage size) and one 30 pound carry on bag. Catering services are not required. On July 22, 2005, these 75 people need to be transported from Waco, TX to Jackson Hole, WY. The same baggage requirements apply. Catering services are not required. (C.) Sample Trip/Task #3 On December 3, 2005, the Secret Service needs to transport 150 people from Washington, DC to London, England then returning to Washington, DC. Passengers will be limited to two 60 pound bags (standard luggage size) and one 30-pound carryon bag. Catering services will be required. The above scenarios/sample trip/tasks will be utilized to determine the offeror?s understanding of the government?s requirement. The offeror?s response to the sample trip/tasks will not determine the offeror?s proposal to be fair and reasonable. The offeror?s proposed fee will be evaluated to determine the pricing structure most advantageous to the government. The following DHS Provision is applicable 3052.209-70. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation ? Commercial Items; 52.212-2 Paragraph (a) insert: The following factors shall be used to evaluate offers: Technical/Organizational Capability, Past Performance and Price. Technical/Organizational Capability and Past Performance combined are more important than Price. Offeror?s pricing proposal shall identify their proposed service fee for the base period and each option period. An offeror?s pricing proposal shall identify a service fee for international or national flights if applicable. (b) Options: The government will evaluate offers for award purposes by the service fee proposed for the options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s); (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeor Representations and Certifications, offerors shall only complete paragraph j of this provision if the has completed the annual representations and certifications electronically at http://orca.bpn.gov. 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.216-18, Ordering; 52.216-19 Order Limitations; 52.216-21 Requirements; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3, Convict Labor; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All proposals must include: Technical/Organizational Capabilities which addresses the statement of work requirements herein and identified and signed copy of the FAR 52.212-3, Representations and Certifications. Offerors should email or fax any questions regarding this RFP by no later than Thursday, June 2, 2005. Please note: All responsible offerors shall submit proposals to the U.S. Secret Service, Procurement Division (Suite 6700), Attn: Patricia Kiely, or via fax number (202) 406-6801, to be received no later than 5:00pm on Friday, June 10, 2005.
 
Record
SN00815959-W 20050528/050526211539 (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.