Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

W -- Rental of Piper PA18 150,160 or 180 for Weatherford, OK

Notice Date
8/3/2005
 
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
APWSWROK-0021-5
 
Response Due
8/24/2005
 
Archive Date
9/8/2005
 
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, APWSWROK-0021-5, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. 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 for both CLINs is FY-06, 10/1/05-9/30/06. CLIN 0001 is for one Piper PA-18-150, -160 or -180 for Weatherford, OK for 280 flight hours (offeror to provide an hourly price for 280 flight hours). CLIN 0002 is for one Piper PA-18-150, -160 or -180 for Weatherford, OK for flight hours in excess of the initial 280 flight hours (offeror to provide an hourly price for all flight hours in excess of the initial 280 flight hours in CLIN 0001). The fixed wing equipment requirements are: 1. Shoulder harness for both seats with inertia reel for rear seat. 2. Left side window with a maximum 22-inch opening capable of being locked open in flight to provide adequate angle of fire for gunner. 3. Removable rear seat control stick and adequate protection for control mechanism and under seat area to prevent ejected shells, etc., from interfering with controls. 4. Protection for, or removal of, rear seat throttle quadrant, to prevent interference with the operation of the throttle by the gunner. 5. FAA approved ELT of the automatic deployable or automatic fixed type meeting the latest TSO. The ELT unit will be attached to the aircraft as far aft as practicable in accordance with FARs. 6. An approved fire extinguisher, a first-aid kit, and an appropriate survival kit as required in WS Aviation Operations Manual. 7. Adequate equipment and instruments for VFR day and night operations in accordance with FARs. 8. Full electrical system including generator or alternator, battery and starter. 9. Engine hour meter, recording in hours and tenths or hours and hundredths and activated by an engine oil pressure switch to record engine running time only. 10. Interphone system between pilot and gunner that is capable of ?hands free? or ?push to talk? operation at the gunners? position. 11. VHF communications radio and installation provisions for a Government-furnished radio as required. 12. Auxiliary cabin heat system. 13. Cabin air assembly. 14. Outside air temperature gauge. 15. High visibility markings as follows: a. outer 4? of rear face of propeller b. leading edge of wing strut on shooting side c. high visibility markings should be of a color that will be visible against the terrain over which the mission of flown. Change of background color during seasonal differences must be considered. Tape may be used on leading edges of wing struts. Paint should be used on the propeller. 16. Aircraft will be required to be transferred from standard airworthiness certificate normal/utility category to special airworthiness certificate restricted category to increase gross weight from 1750 pounds and 1500 pounds in normal and utility categories respectively to 2000 pounds in restricted category, or may be certified for 2000 pounds gross weight in standard category by STC approval. This will consist of an inspection by USDA/APHIS/WS via a field approval FAA Form 337. Attaching hardware as described in the FAA Form 337 must be replaced every 12 months or 1000 hours, whichever occurs first. 17. Boundary Layer brand Vortex Generators required. 18. Engine must have at least 400 hours remaining before an overhaul is needed. 19. The Piper PA-18-150, -160 or -180 shall be available by October 1, 2005. Operations will be conducted by Government pilots. All fuel required for the aircraft shall be furnished by the Government, except for flights accomplished for the benefit of the offeror. Maintenance Requirements: The aircraft shall be fully maintained by the Offeror. If maintenance is required at locations other than the Offeror?s home base, the Offeror shall provide appropriate maintenance support, equipment and personnel necessary to repair the aircraft. Transportation of maintenance personnel and equipment shall be provided by the Offeror at no additional cost to the Government. Aircraft shall be maintained in accordance with the manufacturer?s specifications, applicable APHIS regulations, and the company?s operations specifications and maintenance manual. Aircraft components which have been operated beyond the published limitation specified by FAA or the manufacturer will be inspected, overhauled and/or replaced as required by the FAA or by the manufacturer?s publication. All overhauls and/or replacements shall be done in a manner that minimizes unavailability during the period of this purchase order, 10/1/05-9/30/06. All applicable manufacturer?s mandatory bulletins and FAA airworthiness directives shall be complied with prior to performance of this purchase order. Bulletins or airworthiness directives published during the contract shall be complied with in accordance with the individual bulletin or directive. All maintenance deficiencies existing prior to the performance of this purchase order shall be corrected before 10/1/05. Deficiencies occurring during FY-05 shall be corrected during normal scheduled maintenance. Aircraft maintenance must conform to a FAA or equivalent approved maintenance inspection program subject to approval by the Wildlife Services National Aviation Manager or designee. Aircraft must have an approved aircraft safety inspection by the Wildlife Services National Aviation Manager or designee. The safety inspection shall be scheduled by WS at a designated time and location. Liability: The Government agrees that if the aircraft is damaged or destroyed due to the negligence of a Federal Government employee, the Government will reimburse the owner of the aircraft only as follows: 1. in no event will any reimbursement be made for normal wear and tear 2. to the extent the aircraft has been damaged beyond normal wear and tear the Government agrees to pay the owner for the reasonable cost of repair 3. if the aircraft is so severely damaged or destroyed such that repair is impracticable, or the cost of repair will exceed the fair market value of the aircraft less any salvage value, then the Government agrees to pay the owner the fair market value of the aircraft at the time of the loss less any salvage value. Payment will be made according to hours and tenths of hours as shown on the daily flight records. This statement serves as notice that FY-05 is the last fiscal year Wildlife Services has a requirement to rent a fixed wing aircraft located in Weatherford, OK. 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. 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer, fill-in information for paragraph (c) is Name: USDA National Finance Center, Phone Number: 800-421-0323. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. 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 solicitation 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: jason.l.wilking@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 August 24, 2005 by 1:30 p.m. Central Time. Request that any clarification questions be submitted by August 19 to allow sufficient time for a Government response prior to the quote due date. All responsible small businesses may submit a quote for consideration. All quotes must be signed. Quotes may be faxed 612-370-2106 or e-mailed to Jason.l.wilking@aphis.usda.gov , with signed original forwarded by mail to : USDA, APHIS, MRPBS-ASD Contracting, Butler Square North 5th Floor, 100 North 6th street, Minneapolis, MN 55403 80526. A complete quote will consist of: 1. prices for CLINs 0001 and 0002 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 factor 5. references for a similar item.
 
Place of Performance
Address: Weatherford, OK
Country: USA
 
Record
SN00861104-W 20050805/050803211700 (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.