Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

V -- Approximamtely 135 Hours of Float/Hover Helicopter Service

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-06-T-0011
 
Response Due
12/22/2005
 
Archive Date
2/20/2006
 
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; QUOTES AR E BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Solicitation Number W912EP-06-T-0011. The Government intends to award one purchase order as a result of this announcement. This document incorporates provisions and clauses that are in effect through FAC 2005-06. It is the Contractors 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 Co de (NAICS) code is 481211 with the small business size standard of 1500 employees. This requirement is 100% set aside for small business. PURPOSE AND SCOPE: The purpose of this requirement is to provide U.S. Army Corps of Engineers (USACE), Jacksonville District, float helicopter service in accordance with the following requirements: Charter  All expenses including fuel, temporary storage, aircraft repairs, aircraft maintenance, all labor (including all maintenance and/or repair parts), and travel (or dead head) charges from point of origin to Tamiami Airport, and Ft. Lauderdale Exe cutive airport shall be included within the per flight hour unit price. The minimum flight time hours (charter service with pilot) per scheduled flight shall be 2 hours, 0 minutes. If scheduled flight is cancelled by Contractor, this minimum shall not ap ply. Aircraft Requirements  Fixed-float, 5-turbine, 400 hp minimum type helicopter(s) that can hover and be equipped with a sling. Aircraft shall also have capability for door to either open or be removed during flight surveys. Aircraft Information  Contractor shall submit the Make, Model, Serial Number(s), and Year(s) for all aircraft to be utilized pursuant to contract resulting from this RFQ. This information shall be submitted together with the Contractors quotation and wi ll be used to confirm that the quotation conforms to the Aircraft Requirements listed above. Geographic Positioning System Requirements  Installed and Operable Geographic Positioning System (GPS) shall be required. Federal Aviation Administration (FAA) Requirements  Certification as a F.A.A. part 135 operator; working knowledge of helicopters GPS; aircraft and pilot shall be Department of Interior O.A.S. certified. Contractor shall submit proof of the certification with their quotation. In the event that the contractor(s) change operator(s) over the course of the contract, the Contractor shall be required to submit proof of certification for the operator(s) prior to chartered flight by the new operator(s). Department of Defense Requirements  In orde r to receive an award, Contractor shall be listed as an approved carrier on the Department of Defense list. If Contractor is not DoD certified, Contractor will have until 1 April 2006 to become certified. PERIOD OF PERFORMANCE: The solicitation requires helicopter services during the months of April through August 2006 in accordance with the below itinerary. Helicopter shall be ready to depart from the airports noted on the attached itinerary each busines s day during the period of performance. *Please note that dates are flexible, but would prefer consecutive dates. MAP Activity: Crocodile Nesting/Habitat Survey/Alligator Hole Occupancy Aircraft Requested: Helicopter that can hover (Larger helicopter preferred) Passengers: 3 plus 150 pounds of equipment Any Specifics: Weekdays, consecutive dates preferred Departure Date: Week of April 24, 2006 Return Date: Leg # Depart From Departure Time Field Operation Location Return Time Mark if Remaining Overnight Day 1 Tamiami 8:00am Coastline 4:00pm Day 2 Tamiami 8:00am Coastline 4:00pm Day 3 Tamiami 8:00am ENP  Shark 1:00pm Day 4 Tamiami 8 :00am ENP  Shark 1:00pm Day 5 Tamiami 8:00am ENP  Shark 1:00pm MAP Activity: Alligator Hole Mapping Aircraft Requested: Helicopter that can hover (Larger helicopter preferred) Passengers: 3 plus 150 pounds of equipment Any Specifics: Weekdays, consecutive dates preferred Departure Date: Week of May 1, 2006 Return Date: Leg # Depart From Departure Time Field Operation Location Return Time Mark if Remaining Overnight Day 1 Tamiami 8:00am ENP  Shark 1:00pm Day 2 Tamiami 8:00am ENP  Shark 1:00pm Day 3 Tamiami 8:00am ENP  Shark 1:00pm Day 4 Tamiami 8:00am ENP  Shark 1:00pm Day 5 Tamiami 8:00am ENP  Shark 1:00pm MAP Activity: South Florida Network for the Support of MAP Projects (P. Telis) Aircraft Requested: Float helicopter (with sling load capability) Passengers: 2 plus 150 pounds of equipmenbt Any Specifics: Weekdays, consecutive dates preferred Departure Date: Week of Jun. 5, 2006 Return Date: Leg # Depart From Departure Time Field Operation Location Return Time Mark if Remaining Overnight Day 1 Tamiami Airport or Ft. Lauderdale Executive 7  8 am WCA 2 A/B 2 -3 pm Day 2 Same 7  8 am WCA 3 A/B 2 -3 pm Day 3 Same 7  8 am WCA 3 A/B 2  3 pm Day 4 Same 7  8 am Big Cypress NP 2  3 pm Day 5 Same 7  8 am Everglades NP 2  3 pm MAP Activity: Crocodile Nesting Aircraft Requested: Helicopter that can hover (Larger helicopter preferred) Passengers: 3 plus 150 pounds of equipment Any Specifics: Weekdays, consecutive dates preferred Departure Date: Week of July 24, 2006 Return Date: Leg # Depart From Departure Time Field Operation Location Return Time Mark if Remaining Overnight Day 1 Tamiami 8:00 am Coastline 2:00 pm Day 2 Tamiami 8:00am Coastline 2:00 pm Day 3 Day 4 Day 5 MAP Activity: Crocodile Nesting/Habitat Survey Aircraft Requested: Helicopter that can hover (Larger helicopter preferred) Passengers: 3 plus 150 pounds of equipment Any Specifics: Weekdays, consecutive dates preferred Departure Date: Week of August 7, 2006 Return Date: Leg # Depart From Departure Time Field Operation Location Return Time Mark if Remaining Overnight Day 1 Tamiami 8:00am Coastline 2:00pm Day 2 Tamiami 8:00am Coastline 2:00pm Day 3 Tamiami 8:00am Coastline 2:00pm Day 4 Day 5 Notes: crew will be dropped off in the Everglades for the day and then picked up in the afternoon. DELIVERABLES: The Contractor shall provide all labor, equipment, materials and transportation necessary unless otherwise specified in the statement of work. The proposed schedule of line items shall include pricing as follows for each scheduled flight: CLIN 0001 Float Helicopter Service, CLIN 0002 Travel and per diem, CLIN 0003 Ferry Time, if applicable. A line item - CLIN 0004 is for Emergency Flights. Include Float Helicopter Service, Travel and Per Diem, and Ferry Time, if applicable. A cost breakd own shall be submitted for each scheduled flight. NOTE: EMERGENCY site visits are needed throughout the year when gages go down unexpectedly and unplanned. It is estimated that the Government may require up to 6 EMERGENCY days of helicopter support. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following FAR provisions are applicable to the acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted i n paragraph (a) of the provision: EVALUATION AND AWARD. Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order o f importance will be used to evaluate offers: (1) Technical capability (2) past performance, including safety records; and (3) price. Technical capability is defined as contractors ability to meet or exceed, the required project requirement and schedule , certifications, and submittal of requested document ation. The responsible bidder shall demonstrate recent relevant experience in the requested requirement and past performance information for the last three (3) years. Contractors are requested to submit past performance information to include the name, t elephone number, contract number and/or title, and period of performance for similar services performed. A best value award will be made to the offeror submitting an offer found to be most advantageous to the Government. The Government will determine tec hnical acceptability during technical review. 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. The Contractor shall also be DoD Certi fied. If Contractor awarded this contract is not DoD certified, Contractor will have until 1 April 2006 to become certified. Contractors are reminded to submit a completed copy of provisions 52.212-3 Alternate I, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications- Commercial Items. The 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 followin g clauses applicable to the solicitation: 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government; 52.217-8, Option to Extend Services; 52.219-6, Notice of Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.2 19-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222.19, Child Labor-Cooperation with Authorities and Remedies; 52.222.21; Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disable d 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; 52.225-13 , Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.252-6, Authorized Deviations in Clauses to include DFARS Chapter 2. Additionally, DFARS 252-212-7001 (Deviation); 52.203-3, Gr atuities; 252.247-7024, Notification of Transportation of Supplies by Sea. LOCAL PROVISION: HAND-DELIVERING OFFERS TO THE PRUDENTIAL OFFICE BUILDING IN JACKSONVILLE  If the offeror intends to hand-deliver the offer, it must be delivered to the Jacksonville Districts headquarters in the Prudential Office Building, 701 San Marco Blvd, Jacksonville, FL 32207. Access to the building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security per sonnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery t o the Government, persons hand-delivering offers should call the contract specialist whose name appears in the solicitation and ask the Contract Specialist to send someone to the security desk to take possession of the offer. Persons hand-delivering offer s should take care to arrive at the Prudential Building in sufficient time to permit completion of security requirements and delivery of the offer to the designated office prior to the time set for receipt of offers. (End of paragraph 999.204-1) SAFETY REQUIREMENTS -- SERVICE CONTRACTS - The Contractor shall comply with the applicable portions of the U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, dated 3 September 1996, and al l changes and amendments thereto, (copies available for review in Room 813, Jacksonville District Office, 400 West Bay Street, Jacksonville, Florida). A copy of EM 385-1-1 will be provided to the Contractor upon award of the contract. (End of paragraph number 999.223-4003) ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORSCOMMERCIAL ITEMS [SIMPLIFIED ACQUISITIONS]  The term offer, as used throughout FAR 52.212-1, shall mean quotation. The following paragraphs of FAR 52.212-1 are tailored for this RFQ. (a) Small business size standard. The small business size standard and set-aside status may be found in Block 10 of the SF 1449. If this requirement is for supplies and is set-aside for small business concerns, in order for the offeror to comply with the set-aside, (1) if the total offer is $25,000 or less, the offeror may provide any domestic manufactured product, or (2) if the offer exceeds $25,000, the offeror is required to provide a product manufactured by a small domestic firm unless a waiver is ind icated in this paragraph. N/A (End of paragraph number 999.212-4001) QUOTES ARE DUE: Quotations shall be received at the U.S. Army Corps of Engineers, ATTN: CESAJ-CT-S/Frances C. Jenkins, 701 San Marco Boulevard, Jacksonville, FL 32207 before, but not later than, 2:00 EST, Thursday, 22 December 2005. It is the Contractor s responsibility to ensure that the quotations are received by the Contract Special, by the due date and time. Quotations shall include: (1) Price Quotation, with a schedule of offered items to include unit and total price, together with a cost breakdown ; (2) completed Representations and Certifications; (3) Proof of certifications, aircraft information, recent relevant experience and past performance information, etc; and (4) acknowledgement of any amendments that may be issued. Questions concerning thi s acquisition shall be submitted in writing or via e-mail or FAX to the Contract Specialist no later than 16 December 2005. Points of Contact: Frances C. Jenkins, Contract Specialist, U.S. Army Corps of Engineers, 701 San Marco Blvd, Jacksonville, FL 322 07, (904) 232-1064, or Elizabeth Myers, Contracting Officer, (904) 232-3712; or via E-mail: to frances.c.jenkins@saj02.usace.army.mil; or Elizabeth.r.myers@saj02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN00943763-W 20051204/051202212132 (fbodaily.com)
 
Source
FedBizOpps 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.