Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

V -- Fental of Aircraft

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
DEPT OF THE INTERIOR, NBC, AVIATION MANAGEMENT 4405 Lear Court Anchorage AK 99502
 
ZIP Code
99502
 
Solicitation Number
06FW02
 
Response Due
6/2/2006
 
Archive Date
5/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
1. Objective: To obtain fully vendor operated and maintained high-wing multi-engine aircraft in support of the NOAA National Marine Mammal Laboratory for a survey of Beluga Whales on coastlines of Cook Inlet Alaska. The survey will be conducted during a 9-day period, June 5, 2006 through June 13, 2006 with an option to extend services a provided under the Terms and Conditions below. The aircraft will report to and be released from Anchorage, AK, to the vendors designated base. Payment will be made for mobilization to and from Anchorage, AK and will be considered part of the guarantee hours averaged over the length of hire. 2. Terms and Conditions: a. Aircraft Rental Agreement (ARA) The resulting contract will be awarded by either the issuance of a new Aircraft Rental Agreement (ARA) ;and modification or by a modification to an existing ARA. Terms and conditions for that agreement including all of Supplement #5, Resource Reconnaissance, shall apply unless otherwise specified herein. Operators that do not currently have an ARA must be capable of meeting the requirement of this agreement. The agreement can be found at www.oas.gov under the Alaska Flight Coordination Center. Information concerning the agreement can be obtained from Aviation Management at (907) 271-3935. b. Exclusive Use Period: The exclusive use period shall stat on the date stipulated in Section 4 below or the date determined according to the following paragraph. c. Mutual Extension of Exclusive Use Period Upon mutual agreement by the parties, the CO will modify the contract to extend the exclusive use period on a day-to-day basis, either prior to the established starting date or subsequent to the ending date. The contract terms, conditions, specifications and prices shall apply to such extension. d. Daily Guarantee: During the exclusive use period and any extension, the Vendor shall be in compliance with all contract requirements and available and capable of providing service up to 14 hours each day, as scheduled by the Government. Personnel shall be available as scheduled by the Government. Pre and post-flight activities shall be accomplished within the 14-hour duty day. Routine maintenance shall be performed before or after the scheduled 14-hour period, or as permitted elsewhere in the contract. The government will pay daily guarantee hours averaged over the length of hire at the vendors dry hourly flight rate and for the number of days set forth in Section 4 below. Payment for any guarantee hours due will be calculated following the project using the vendors submitted guarantee hours per day minus actual hours flown. If actual hours flown exceed the guarantee then guarantee hours will not be paid. Any guarantee hours due will be a line item entry on the Aircraft Use Report, OAS-23. Payment will be reduced for each hour, or portion thereof in accordance with the unavailability terms in the Aircraft Rental Agreement when services are unavailable or when the aircraft has been released for the Vendor's benefit. E. Unavailability and Damages The Vendor will be unavailable when not in compliance with all contract requirements, or is not capable of providing service as scheduled by the government. Unavailability will continue until the contractor has notified the COR that they are available. During periods of unavailability, the Government may obtain replacement services elsewhere and charge the vendor for any resulting excess costs. The vendor may be liable for any additional actual damages to the Government resulting from such failure to perform. 3. Minimum Requirements Aircraft Requirements: One High Wing Multi-Engine Aircraft. Crew Requirements: Pilot-in-Command (PIC) and observer. Reporting Base: Anchorage, AK. Guarantee Use Period: 9 Calendar days beginning on June 6, 2006 unless otherwise changed as allowed herein or above. Minimum Aircraft Requirements: Twin Commander AC-680FL or equal Seating for pilot plus four (4) passengers. Bubble windows for outward/downward visibility of the ground in level flight for two (2) observer stations, GPS with data port, Audio headstes to provide inflight communications for the entire crew including a master control box with on/off switches and desk for computer at rear seating location. Cruise speed of 165 KTS True Air Speed (TAS) @ 5000 ft operational altitude. Cruise endurance of 6 hours at 120 KTS sea level plus a 45-minute reserve. Payload of 1300 pounds. Survey airspeed of 100 KTS for survey circling and extensive flight in bays and coves. This speed should not be greater than power off stall speed + 30% (flaps at approach configuration) at MCGW. Also VMC shall be at least 10 KTS below the 100 KTS survey speed in this configuration. 4. Period of Performance and Pay Items APPROXIMAE USE PERIOD: June 5, 2006 through June 13, 2006 Submission of rates: Fill out an OAS-AR-10, Services/Prices Schedule can be found at www.oas.gov, Alaska Flight Coordination Center. Subsistence and Miscellaneous Costs will be paid in accordance with the Aircraft Rental Agreement. 5. Submission of Offers A. Pricing and Aircraft Information identified in, (4.) Period of Performance and Pay Items above. B. References/experience information indicating: Name, phone number, works completed, dat of work, and number of hours flow. C. Information regarding the aircraft's (1) weight and balance report, (2) equipment list, and (3) appropriate information to evaluate the aircraft in accordance with the Minimum Aircraft Requirements above. D. Closing date set for receipt of offers June 2, 2006 at 2:00 pm local time Anchorage, AK. E. Offers should be faxed to (907) 271-6080 prior to the established due date above. 6. Evaluation We will evaluate Offers and select the vendor based on: A. Evaluated Price. The evaluated price of this project will be: (1) the total estimated cost as identified on the pricing page, plus (2) any other probable cost to the Government to complete the project. B. Aircraft Capability. We will evaluate the capability of your aircraft on a pass or fail basis. Offers including aircraft capable of meeting the minimum requirements above will pass. Offers including aircraft that fail to meet the minimum aircraft requirements above will fail and receive no further consideration. C. Pat Performance. We will evaluate your past performance in rendering marine mammal aerial survey services in Alaska. "Past performance" refers to the quality of your work in the past. We will evaluate your past performance on the basis of information obtained from references and other sources. Our own experience with you, if any, will be given greater weight than reports obtained from others. We will not consider past performance more than three (3) years old. D. Organizational Experience. We will evaluate you experience based on the extent to which you have performed aerial survey services with in the Stat of Alaska. The more recent your experience, and the broader and deeper, the better the evaluation you will receive. In evaluating your experience we will consider only the experience of your firm as an organization. E. Tradeoff Analysis and Vendor Selection. We will select the Vendor by comparing the acceptable offers with reasonable evaluated prices. We sill compare them on the basis of proposed aircraft payload, offeror capability, and evaluated price. If one offer is best on all the factors, then we will select that offer as the best value. If no offer is best on all the factors, then we will consider the differences among offers and make tradeoffs in order to determine which offer is the best value. We will award the contract to the offer that has the best combination of aircraft payload, offeror capability, and evaluated price. 7. Contact Information. Questions as a result of this requirement should be directed to Jan A. Bennett at (907) 271-3935. If you are interested in submitting an offer in response to this solicitation, please contact Jan A. Bennett for a formatted version of this document.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=AS140600&objId=93337)
 
Place of Performance
Address: Anchorage, AK
Zip Code: 99502
Country: USA
 
Record
SN01059233-W 20060601/060530220820 (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.