Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
MODIFICATION

W -- Lease of CASA-212 and C130 Aircraft

Notice Date
5/11/2006
 
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-0059
 
Response Due
5/12/2006
 
Archive Date
5/27/2006
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO INCORPORATE OPTION PERIODS, DELETE SLINS 0001AA AND 0001AB AND REVISE THE PERIOD OF PERFORMANCE FOR SLIN 0002AA. THE CLOSING DATE OF THE SOLICITATION IS REVISED TO READ AS 12 MAY 2006 AT 12:00PM EASTERN STANDARD TIME. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-06-R-0059, 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. SLIN 0001AA 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); Flight Hours are estimated at four (4) hours per day for ten (10) days for a total of forty (40) hours on-site. Period of Performance is 15 May 2006 through 26 May 2006. SLIN 0001AB OPTION 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 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 for a total of sixteen (16) hours on-site; Flight Hours are estimated at four (4) hours per day for five (5) days for twenty (20) hours. Period of Performance is 5 June 2006 through 9 June 2006. SLIN 0001AC OPTION 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 Currituck County Airport, North Carolina and other military surveyed 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 for a total of sixteen (16) hours on-site; Flight Hours are estimated at four (4) hours per day for five (5) days for a total of twenty (20) hours. Period of Performance is 10 July 2006 through 14 July 2006. SLIN 0001AD OPTION 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 costs are estimated at eleven (11) hours to position aircraft arriving in Marana, Arizona; Flight Hours are estimated at four (4) hours per day for ten (10) days for a total of forty (40) hours on-site. Period of Performance is 14 August 2006 through 25 August 2006 SLIN 0001AE OPTION 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 de-positioning costs are estimated at eleven (11) hours to de-position aircraft departing from Marana, Arizona. Flight Hours are estimated at four (4) hours per day for ten (10) days for a total of forty (40) hours on-site. Period of Performance is 28 August 2006 through 8 September 2006. SLIN 0001AF OPTION Provide Four (4) 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 twenty-two (22) hours per aircraft times four aircraft going and one aircraft returning, for a total of fifty-five (55) hours. Flight Hours are estimated at three (3) hours per day per aircraft for four aircraft for a total of forty-eight (48) hours. Period of performance is 11 September 2006 through 14 September 2006. SLIN 0001AG OPTION Provide Three (3) 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. Flight Hours are estimated at three (3) hours per day per aircraft for three aircraft for ten (10) days for a total of ninety (90) hours. Projected de-positioning costs are estimated at eleven (11) hours each for thirty-three (33) hours to de-position three aircraft from Marana, Arizona. Period of performance is 18 September 2006 through 29 September 2006. CLIN 0002 – Lease of C130 aircraft, or equal, and aircrew for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training. 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 on-site; Flight Hours are estimated at four (4) hours per day for five (5) days for twenty (20) hours. Period of Performance is 15 May 2006 through 19 May 2006. SLIN 0002AB OPTION 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 on-site; Flight Hours are estimated at four (4) hours per day for ten (10) days for a total of forty (40) hours on-site. Period of Performance is 14 August 2006 through 25 August 2006. SLIN 0002AC OPTION 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 ten (10) days for a total of forty (40) hours on-site. Period of Performance is 28 August 2006 through 8 September 2006. SLIN 0002AD OPTION 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. Period of Performance is 18 September 2006 through 22 September 2006. Projected positioning/de-positioning costs are estimated at one (1) hour each way for a total of two (2) hours. Period of performance is 18 September 2006 through 22 September 2006. SLIN 0002AE OPTION Provide Two (2) 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. Flight Hours are estimated at three (3) hours per day per aircraft for two (2) aircraft or five (5) days for a total of thirty (30) hours. Projected positioning/de-positioning costs are estimated at one (1) hour each way for two (2) aircraft for a total of four (4) hours. Period of performance is 25 September 2006 through 29 September 2006. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09, effective 19 April 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-C9. Place of performance is specified in each SLIN. Specifications for CASA-212 aircraft are as follows: 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 aircrew personnel shall be United States citizens with citizenship verifiable by provision of birth record or passport. 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 per HALO Proficiency Training session. Specifications for the C130 aircraft are as follows: 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 to include parachute and HALO operations. 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 aircrew personnel shall be United States citizens as per AMC certification with citizenship verifiable by provision of birth record or passport. 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 during the contracted period of performance. Aircrew shall consist of a Captain, Co-Captain, Flight Engineer and Safety Observer. 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. Training session will take place between the hours of 0800 to 1800 hours at which time the contractor shall have the aircraft ready for operation. The following provisions are incorporated into the RFP: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) – Alternate I FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003) FAR 52.204-7 Central Contractor Registration (Oct 2003) FAR 52.212-1 Instructions to Offerors – Commercial Items (Jan 2006) FAR 52.212-2 Evaluation – Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Technical competence, past performance and price. Technical and past performance when combined weigh 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. 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. FAR 52.212-3 Offeror Representations and Certifications – Commercial Items Alternate I (Apr 2002). All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. 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 52.217-5 Evaluation of Options (Jul 1990) FAR 52.225-13 Restriction on Certain Foreign Purchases (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) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 2006) FAR 52.203-3 Gratuities (Apr 1984) DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) 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 12 May 2006. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-06-R-0059/listing.html)
 
Place of Performance
Address: Various Locations as Identified in the CLINS Herein
Country: USA
 
Record
SN01046840-F 20060513/060511223801 (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.