Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
MODIFICATION

V -- Rotart Air (helicopter) Services to support the Narcotics Affairs Section at the U.S. Embassy in Guatemala

Notice Date
11/18/2005
 
Notice Type
Modification
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309
 
ZIP Code
33309
 
Solicitation Number
S-WHARC-06-Q-1007
 
Response Due
12/5/2005
 
Archive Date
12/20/2005
 
Point of Contact
Lisa Goodwine, Contract Specialist, Phone 7038754558, Fax 7038756006, - Robert Lloyd, Contracting Officer, Phone 954-630-1146, Fax 954-630-1165,
 
E-Mail Address
goodwinelc@state.gov, lloydre@state.gov
 
Description
This is a combined synopsis/solicitation for commercial items/services 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; Quotations are being requested and a written solicitation will not be issued. Solicitation Number S-WHARC-06-Q-1007 is issued as a Request for Quotation (RFQ). The quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This is an unrestricted acquisition using commercial item acquisition procedures in FAR part 12. The NAICS code is 481211 with a small business size standard of 1,500 employees. The U.S. Department of State, U.S. Embassy Guatemala Narcotics Affairs Section (NAS) has a requirement for rotary air (helicopter) charter services to various locations within Guatemala on an as needed basis to support the NAS counter narcotic interdiction and eradication missions. The missions may include, but are not limited to, observation and/or reconnaissance of poppy and marihuana areas, before, during, and after the eradication to observe effects of the interdiction and/or eradication process, to assist with DEA and/or host nation counter-narcotic task force units with follow-up investigative case work, and preparation for the next eradication operation. 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. All flying is strictly during daylight hours and may range from 3 to 6 hours per mission depending on the mission. The requests may be during non-business hours (i.e. weekends, after hours or holidays). The government anticipates awarding an indefinite delivery, indefinite quantity (IDIQ) contract with a base period of one-year from date of award and four one-year option periods to be exercised at the discretion of the government. During the term of the contract, which includes the base year and all option years exercised, the government shall order, as a minimum, services in an amount of at least $10,000.00 USD and the maximum cumulative amount of the Task Orders issued during a single year will not exceed $25,000.00. The maximum dollar value for the life of the contract will be $125,000.00 which includes the base year and all options. Historically, the NAS has chartered from as few as one helicopter per year, to as many as five helicopters per year. The contractor will be required to have expertise and experience with FAA regulations, vendor certification (14 CFR 121,125,127,133,135 or 137 as appropriate), operated and maintained under provisions of 14 CFR 91,121,125,127, 133,135 or 137 as appropriate. The contractor shall provide all direct labor, material, transportation, supervision, aircraft maintenance and administration pertaining to the aircraft. When the government has a charter requirement, the contractor will be required to obtain chartered aircraft of varying sizes of a Bell 206B-3 Jet Ranger III and/or a Bell 206L-4 Long Ranger IV in order to accommodate the numbers of USG and foreign nationals needing to travel via chartered aircraft. The contractor must be capable of responding to requests for chartered aircraft services within 12 hours of a request. 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 shall not disclose sensitive information, or violate security and safety regulations and procedures. If contractor personnel are not upholding standards of conduct or create conflicts of interest with the Government, the Contracting Officer (CO) 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. Failure to pass the background investigation will preclude a contractor employee from working on the contract. Quoters must include the following in their written quotations: 1. Price quotation in U.S. dollars, stated as follows: Line item 001: Firm fixed price per aircraft hour (base period, 1/21/06-1/20/07): $___ Line item 002: Firm fixed price per aircraft hour (option year one, 1/21/07-1/20/08): $___ Line item 003: Firm fixed price per aircraft hour (option year two, 1/21/08-1/20/09): $___ Line item 004: Firm fixed price per aircraft hour (option year three, 1/21/09-1/20/10): $___ Line item 005: Firm fixed price per aircraft hour (option year four, 1/21/20-1/21/11): $___ 2. Technical/organizational narrative that addresses the following criteria: (a) the number of instances over the past two years they have contracted for chartered aircraft services. The quotation shall provide examples of experience providing these services. (b) information/statistics regarding dependability and reliability of aircraft previously chartered by the quoter over a one-year period. The quoter shall identify specific examples of measures they have implemented to resolve and mitigate problems in the past when chartered aircraft they have obtained have failed to arrive/perform as required or contracted for. (c) information brochures or pamphlets describing the quoter?s capabilities and services provided. (d) information regarding general business relations, general history/overview of the company, and references for work completed for other government agencies. The price information shall list each aircraft, wait time on land and overnight stay with an hourly rate. 3. Past performance: Provide references who can attest to the quoter?s past performance. Technical and past performance, when combined, are approximately equal to price for evaluation purposes; however, as technical and past performance ratings become equivalent, price may be the determining factor for award. The provision at FAR 52.212-3 Offeror Representation and Certifications-Commercial Items (Mar 2005) shall be competed electronically via the Business Partner Network (BPN) web site at http://orca.bpn.gov. An quoter shall include its DUNS number in its Quotation, and shall contain a statement indicating the on line representations and certifications are incorporated in its offer, are current, accurate, and compete as of the date of its Quotation. The provision of FAR Clause 52.212-4, Contract Terms and Conditions-- Commercial Items (Sept 2005) applies to this acquisition. The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 19955), with Alternate 1 (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (June 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 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, 52.225-3, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-5 Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note), 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration (31 U.S.C. 3332), FAR 52.214-34, Submission of Offers in the English Language, and 52.214-35, Submission of Offers in U.S. Currency are applicable to this acquisition FAR 52.217-5 Evaluation of Options (July 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) (31 U.S.C. 3332), FAR 52.246-25 Limitation of Liability Services (Feb 1997), FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form). (Apr 1984). The DOSAR clauses at 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) and 652.242-72, are applicable to this acquisition. These FAR Provisions and Clauses may be accessed on the Internet at: http://www.acqnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All quotations must include the documents listed above. Quoters should email any questions regarding this RFQ no later than 10 calendar days after the release of this notice. Please note: All responsible quoters shall submit one hard copy original quotation in English by mail to the U.S. Department of State A/LM/AQM/RPSO-FL 4000 N. Andrews Ave Fort Lauderdale, Fl 33309, Attn: Lisa C. Goodwine or by fax to 954-630-1165, and email the quotation to goodwinelc@state.gov , to be received no later than 1:00 p.m. local Florida time on 5 December 2005 . All quotations must be written and submitted on company letterhead and submitted by an individual authorized to bind the company. All quoters should register in the Central Contractor Registration database at www.ccr.gov. All quotations must include the quoter?s Dun and Bradstreet number, please visit the D&B web site at http://www.dnb.com/US/duns_update/ for procedures on a D&B number assignment
 
Place of Performance
Address: U.S. Depatment of State, U.S. Embassy Guatemala Narcotics Affairs Section (NAS)
Country: Guatemala
 
Record
SN00934371-W 20051120/051118211841 (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.