Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
SOLICITATION NOTICE

W -- Airfield Landing/Operating Rights

Notice Date
7/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0043
 
Response Due
8/2/2005
 
Archive Date
8/17/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for airfield landing/operating rights for USASOC aircraft and personnel. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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. All quotes must reference Request For Quotation number H92239-05-T-0043. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-04. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 488119. Size Standard is $6M. This requirement is 100% set aside for service disabled veteran owned small business. A. REQUIREMENT: 1. The Contractor shall provide unlimited use of an airstrip for the purpose of landing and taking off of USASOC military owned and operated fixed and rotary wing aircraft; the use of areas designated as drop zones for parachute landing of USASOC personnel and equipment; and the use of designated staging areas adjacent to the drop zone and restroom facilities. The areas shall be available twenty-four hours a day, seven days a week unless prohibited due to safety or maintenance issues. The requirement does not include any provision for use by commercial carriers contracted or leased by USASOC but does not prohibit the contractor from authorizing utilization as paid for by the commercial carrier. Utilization limited to the following USASOC owned and operated aircraft-CASA 212, UV-20 Porter, UH-60L, or C-12 aircraft. 2. The airstrip shall be located within ten (10) nautical miles straight line distance of St. Mere Eglise Drop Zone (N 35 degrees 03.36? W 079 degrees 06.91?) in order to allow ground units reaction time to restage due to unsuitable landing conditions at St. Mere Eglise DZ. 3. The airstrip shall have a hard surface runway with lights for night landings. 4. The airstrip shall have a published instrument approach procedure. B. QUANTITY. Provide a base year and four ? one-year option periods. Schedule below. C. SCHEDULE. CLIN 0001 ? Base Period. 11 August 2005 through 10 August 2006 12 months CLIN 0002 ? First Option Period. 11 August 2006 through 10 August 2007 12 months CLIN 0003 ? Second Option Period. 11 August 2007 through 10 August 2008 12 months CLIN 0004- Third Option Period. 11 August 2008 through 10 August 2009 12 months CLIN 0005 ? Fourth Option Period. 11 August 2009 through 10 August 2010 12 months D. PRICE. Price proposal shall include CLINs 0001 through 0005. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. Technical Acceptability is defined as the contractor?s ability to meet, or exceed, the requirements. Past Performance shall include two or more references from a similar service. Provide the name, phone number, contract number and period of performance. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. The government will determine technical acceptability. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. End of Clause. 52.212-3 Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their offer. The following FAR Clauses are applicable to this acquisition: 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, with the following clauses being applicable to the solicitation: 52.203-6, Restrictions on subcontractor Sales to the Government, 52.204-7 Central Contractor Registration, 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibitions 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, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, and DFARS 252.204-0007, Central Contractor Registration. Additionally, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) and 252.232-7003 Electronic Submission of Payment Requests. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ella Porter), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 02 August 2005. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at portere@soc.mil. It is the contractor?s responsibility to ensure that the contracting officer receives proposals. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer?s address provided no later than 29 July 2005. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Ella Porter, Contract Specialist at (910) 432-1503, e-mail portere@soc.mil.
 
Place of Performance
Address: North Carolina
Country: US
 
Record
SN00849569-W 20050720/050718212410 (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.