Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
MODIFICATION

W -- Lease of CASA-212 and C130 Aircraft

Notice Date
6/13/2005
 
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-0044
 
Response Due
6/16/2005
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CORRECT THE PERIOD OF PERFORMANCE FOR SUBCLIN 0003AA TO READ AS 19 SEPTEMBER 2005 THROUGH 23 SEPTEMBER 2005 VICE 19 JULY 2005 THROUGH 23 JULY 2005. THE CLOSING DATE OF 16 JUNE 2005 AT 12:00PM EASTERN STANDARD TIME (EST) REMAINS UNCHANGED. ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN UNCHANGED. **************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announce constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Proposal (RFP) H92244-05-R-0044 is issued by the Naval Special Warfare Development Group (NSWDG), Virginia Beach, Virginia. The NSWDG has a potential requirement to procure the lease of CASA 212 and C130 aircrafts or equals and aircrews for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training. The CASA 212 aircraft or equal shall be ramped and capable of in-flight operations. It must be capable of 4 lifts minimum with 5 lifts preferred if capable per hour to an altitude of 13,000 feet. Jump lights (red/green) must be in cargo compartment for jumpmaster/aircrew coordination. Seats must be side-facing troop seats (military style canvas/nylon seats with extended length seats) for sixteen (16) jumpers per lift. Static line cables must be permanently installed; temporary installations are not acceptable. There must be intercom communications between aircrew and jumpmaster. Cargo compartments must be able to accommodate jumpers, instructors, safeties, and portable oxygen console (CASA 212 minimum size. Aircrew shall have oxygen system (portable or permanent). At a minimum, standard VHF/AM radios are required with UHF radio preferred, if available. The aircraft must be configured for over the ramp static line operations. Aircraft must be configured for day and night HALO operations. Daily usage will vary according to training profile requirements, averaging four (4) hours per day. The aircraft shall meet the following specifications: The vendor shall be Air Mobility Command (AMC) approved (inspected) to include aircrew certifications and licenses. Vendor shall be Federal Aviation Administration (FAA) Part 134 recertificated. The aircraft and crew shall be provided for the exclusive use of the Department of Defense as a public aircraft during the period of performance of the contract. The aircrew shall consist of a Captain and a Co-captain. The aircrew shall be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. All contractor personnel shall be United States citizens. The vendor shall have insurance coverage to include parachute and HALO operations per AMC certification. It is estimated that a maximum forty (40) students will attend the training. An estimated twenty (20) flight hours and eight (8) positioning/de-positioning hours will be required per aircraft for each training period. The C130 or equal shall be ramped and capable of in-flight operations. It must be capable of 4 lifts minimum with 5 lifts preferred if capable per hour to an altitude of 13,000 feet. Jump lights (red/green) must be in cargo compartment for jumpmaster/aircrew coordination. Seats must be side-facing troop seats (military style canvas/nylon seats with extended length seats) for forty-five (45) jumpers per lift. Static line cables must be permanently installed; temporary installations are not acceptable. There must be intercom communications between aircrew and jumpmaster. Cargo compartments must be able to accommodate jumpers, instructors, safeties, and portable oxygen console (CASA 212 minimum size. Aircrew shall have oxygen system (portable or permanent). At a minimum, standard VHF/AM radios are required with UHF radio preferred, if available. The aircraft must be configured for over the ramp static line operations. Aircraft must be configured for day and night HALO operations. Daily usage will vary according to training profile requirements, averaging four (4) hours per day. The aircraft shall meet the following specifications: The vendor shall be Air Mobility Command (AMC) approved (inspected) to include aircrew certifications and licenses. Vendor shall meet Federal Aviation Administration (FAA) in accordance with Part 134. Aircraft shall have avionics to identify winds during climb to altitude. The aircraft and crew shall be provided for the exclusive use of the Department of Defense as a public aircraft during the period of performance of the contract. The aircrew shall consist of a Captain, Co-captain, Flight Engineer and Safety Observer. The aircrew shall be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. All contractor personnel shall be United States citizens. The vendor shall have insurance coverage to include parachute and HALO operations. It is estimated that a maximum forty (40) students will attend the training. An estimated forty (40) flight hours and two (2) positioning/de-positioning hours will be required per aircraft for each training period. The contract will be firm fixed price (FFP) and the cost for transporting the aircraft and aircrew to, and from, the place of performance; for vendor?s lodging and per diem; and for all operational costs, such as fuel, shall be included in the FFP. The Government reserves the right to award one or more contracts in any combination of CLINs and SubCLINs that is most advantageous to the Government. Vendors do not have to provide an offer for all CLINs and SubCLINs. When no offer is proposed, vendors should mark ?No offer? for the CLIN or SubCLIN. The Contract Line Items (CLINS) and Subline items (SubCLINs) are as follows: CLIN 0001: Provide CASA 212 aircraft , or equal, and aircrew to for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training 2005 in Currituck, North Carolina and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Currituck, North Carolina. SubCLIN 0001AA: Provide one (1) each CASA 212 aircraft or equal and aircrew for the period 21 June 2005 through 24 June SubCLIN 0001AB: Provide one (1) each CASA 212 aircraft or equal and aircrew for the period 18 July 2005 through 22 July. SubCLIN 0001AC: Provide one (1) each CASA 212 aircraft or equal and aircrew for the period 02 August 2005 through 05 August 2005. SubCLIN 0001AD: Provide one (1) each CASA 212 aircraft or equal and aircrew for the period 08 August 2005 through 12 August 2005. SubCLIN: 0001AE: Provide one (1) each CASA 212 aircraft or equal and aircrew for the period 26 September 2005 through 29 September 2005. CLIN 0002: Provide CASA 212 aircraft , or equal, and aircrew to for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training in Marana Arizona and other military surveyed drop zones within one hundred and fifty (150) mile vicinity of Maran, Arizona. SubCLIN 0002AA: Provide two (2) each CASA 212 aircraft or equal and aircrew for the period 11 July 2005 through 15 July 2005. SubCLIN 0002AB: Provide two (2) each CASA 212 aircraft or equal and aircrew for the period 08 August 2005 through 19 August 2005. CLIN 0003: Provide two (2) each CASA 212 aircraft , or equal, and aircrew for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training in Marana Arizona and other military surveyed drop zones within one hundred and fifty (150) mile vicinity of Marana, Arizona, for the period 08 August 2005 through 19 August 2005. CLIN 0004: Provide One (1) each C130 aircraft, or equal, and aircrew for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training in Marana, Arizona and other military surveyed drop zones within a one hundred and fifty (150) mile vicinity of Marana, Arizona, for the period of 08 August 2005 through 19 August 2005. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03, effective 11 April 2005. North American Industrial Classification Code (NAIC) 488190, size standard 500 employees, applies to this procurement. This procurement is full and open competition. The DPAS rating for this procurement is DO. FOB Point is destination. The following provisions are incorporated into the RFP: FAR 52.212-1 Instructions to Offerors Commercial Items (JAN 2005), FAR 52.212-2 Evaluation of Commercial Items (JAN 1999) and FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAR 2005). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Also included is DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items (NOV 1995) which should be completed and submitted with the proposal. The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weighs more than price.Vendors shall submit past performance information to include contract number, Government agency POC and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance information shall be current and shall not exceed exceed three years before the posting date of this combined synopsis/solicitation on FBO. The vendor shall include proof of the following in the proposal: US citizenship of all persons operating aircraft, insurance coverage which includes parachute and HALO operations, and FAA certificate. In addition, vendor shall provide proof of possessing proper clearances and documentation to operate from Department of Defense installations per AMC certification with proposal. The following terms and conditions via an addendum to the contract shall be incorporated into any contract(s) resulting from this RFP: 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 (Apr 2005); 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 completed and submitted with vendor proposal; FAR 52.203-3 Gratuities (Apr 1984); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995); 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 of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36 Affirmation 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 Employees 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 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) Point of contact for this procurement is Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals must be sent to the attention of Christine Anderson either by FAX (757)492-7954 or e-mail at canderson@mail.nswdg.navy.mil. Offers must be received in NSWDG, 1636 Regulus Avenue, Virginia Beach VA 23461-2299 no later than 12:00 p.m. Eastern Standard Time (EST) on 16 June 2005. The Government will make awards based on best value resulting from this solicitation to the responsible, responsive offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: 1636 Regulus Avenue, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00828957-W 20050615/050613212111 (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.