Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
MODIFICATION

W -- Lease of CASA-212 and C130 Aircraft

Notice Date
3/2/2006
 
Notice Type
Modification
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
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
H92244-06-R-0045
 
Response Due
3/8/2006
 
Description
tHE PURPOSE OF THIS AMENDMENT IS TO REVISE THE REQUIREMENTS FOR SLIN 0001AC, SLIN 0001AD AND SLIN 0002AA AS INCORPORATED IN THE APPROPRIATE SLINS HEREIN. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-06-R-0045, and a firm fixed price contract is contemplated. The Naval Special Warfare Development Group (NSWDG) has a potential requirement to procure the following: Contract Line Item Number (CLIN) 0001 Lease of CASA-212 aircraft or equal and aircrew 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 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 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. 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 135 certificated. The aircraft and crew shall be provided for 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. Daily usage will vary according to training profile requirements, averaging four (4) hours per day; on-site work days are normally Monday through Friday with Saturday used as a weather make-up day as required. Sundays are normally aircraft positioning and de-positioning days. The cost of the contractor?s lodging and per diem shall be included in the firm fixed price. The cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. 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 of forty (40) students will attend the training SubLine Item Number (SLIN) 0001AA Provide Two (2) each CASA-212 aircraft, or equal, and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Currituck County Airport, Currituck, North Carolina and other military surveyed load sites and drop zones within a one-hundred fifty (150) mile vicinity of Currituck, North Carolina. Projected positioning/de-positioning costs are estimated at eight (8) hours each way per aircraft for a total of thirty-two (32) hours; Flight hours are projected at eight (8) hours each day for two (2) days for a total of thirty-two (32) hours on-site. Period of Performance is 13 March 2006 through 15 March 2006. SLIN 0001AB Provide One (1) each CASA-212 aircraft, or equal, and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Projected positioning/de-positioning costs are estimated at eleven (11) hours each way for a total of twenty-two (22) hours; Flight hours are projected at four (4) hours per day for five (5) days for a total of twenty (20) hours on-site. Period of Performance is 13 March 2006 through 17 March 2006. SLIN 0001AC Provide Two (2) each CASA-212 aircraft, or equal, and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Projected positioning/de-positioning costs are estimated at eleven (11) hours each way for a total of twenty-two (22) hours. Flight hours are projected four (4) hours per day per aircraft for a total of five (5) days for a total of forty (40) hours on-site. Period of Performance is 20 March 2006 through 24 March 2006. SLIN 0001AD Provide one (1) each CASA-212 aircraft, or equal, and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Pinal Air Park, Marana, Arizona. Flight hours are projected at four (4) hours per day for a total of eight (8) hours on 27 March 2006 and 28 March 2006. Flight hours are projected at two (2) hours on 29 March 2006. Period of performance is 27 March 2006 through 29 March 2006. CLIN 0002 ? Lease of C130 aircraft, or equal, and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training Mission. The cost of getting the aircraft and crew from its home base to and from the place of performance shall be included in the firm fixed price. Specifications are as follows: Vendor shall be an Air Mobility Command (AMC) approved (inspected) vendor to include aircrew certifications and licenses. Aircraft shall be ramped and capable of in-flight operations. Jump lights (red/green) in cargo compartment for jump master/aircrew coordination. Seating must be troop seats (military style canvas seats and extended length seat belts) for forty-five (45) jumpers per lift. Permanently installed static line cables ? no temporary installations. Intercom communications between aircrew and jumpmaster. Cargo compartment must be able to accommodate jumpers, instructors, safeties and portable oxygen console. Aircrew shall have oxygen system (portable or permanent). Standard VHF/AM radios required, with UHF radio preferred, if available. Configured for over the ramp operations. C130 with aircrew shall be knowledgeable in current military free fall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Contractor shall have insurance coverage per AMC certification. Contractor shall meet AMC requirements for HALO Para-Ops. Flight crew shall be current in accordance with FAAR Part 91. C130 shall be configured for day and night HALO operations. All contractor personnel shall be United States citizens as per AMC certification. Avionics to identify winds during climb to exit altitude. Contractor shall meet Federal Aviation Regulation (FAA) requirements in accordance with currency with FAA Part 91. Aircraft shall be provided for the exclusive use of the Department of Defense as a public use aircraft. Aircrew shall consist of a Captain, Co-Captain, Flight Engineer and Safety Observer. Training will consist of daytime and nighttime evolutions as designated by the U.S. government point of contact. Daily usage will vary according to training profile requirements, averaging four (4) hours per day; on-site work days are normally Monday through Friday with Saturday used as a weather make-up day as required. Sundays are normally aircraft positioning and de-positioning days. SLIN 0002AA Provide One (1) each C130 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Projected positioning/de-positioning costs are estimated at one (1) hour each way for a total of two (2) hours; Flight Hours are estimated at four (4) hours per day for two (2) days for a total of eight (8) hours on 27 March 2006 and 28 March 2006. Flight hours are projected at two (2) hours on 29 March 2006. Period of Performance is 27 March 2006 through 29 March 2006. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08, effective as of 5 January 2006. North American Industrial Classification Code (NAICS) 532411 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 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) ? Alternate I FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2006) FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) 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 point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three fiscal 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 as per AMC certification with proposal. The SLIN hours identified for positioning and de-positioning are estimated maximums subject to adjustment based on contractor?s proposal and negotiations. FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation) (Feb 2006) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) ? Alternate I FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005) FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (Feb 2006) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005) DFARS 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (Jun 2005) (10 U.S.C. 2533a) DFARS 252.237-7019 Training for Contractor Personnel Interacting with Detainees (Sep 2005) (Section 1092 of Pub. L. 108-375) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) (10 U.S.C. 2631) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with this solicitation requirements. You must clearly identify how your proposal meets ALL solicitation requirements. Point of contact for this procurement is Christine Anderson at canderson@mail.nswdg.navy.mil. All communications regarding this procurement, INCLUDING all requests for additional information and copies of the solicitation, must be in writing and submitted via email to Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals shall be prepared in company format and sent to the attention of Christine Anderson at canderson@mail.nswdg.navy.mil or by fax at (757) 492-7954. Offers must be received at NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00pm Eastern Standard Time (EST) on 15 March 2006. The Government will make award on best value resulting from this solicitation to the responsible 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: Currituck County Airport, Currituck, North Carolina, and, Pinal Air Park, Marana, Arizona
Country: USA
 
Record
SN00998357-W 20060304/060302213144 (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.