Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

X -- Lease of CASA-212, C-130, and Cessna 208 Aircraft

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
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-0130
 
Response Due
8/31/2006
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Federal Acquisition Regulation (FAR) 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-0130, 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 Provide CASA-212 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) and High Altitude High Opening (HAHO) 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. SubLine Item Number (SLIN) 0001AA Projected positioning/de-positioning costs are estimated at eleven (11) hours each way for four (4) aircraft for a total of eighty-eight (88) hours; Flight Hours are estimated at four (4) hours per day per aircraft for a total of sixteen (16) hours for ten (10) days for a total of one hundred sixty (160) hours. Period of Performance is 4 September 2006 through 15 September 2006. SLIN 0001AB Projected positioning/de-positioning costs are estimated at eleven (11) hours each way for three (3) aircraft for a total of thirty-three (33) hours; Flight Hours are estimated at four (4) hours per day per aircraft for five (5) days for a total of sixty (60) hours on-site. Period of Performance is 18 September 2006 through 22 September 2006. SLIN 0001AC Projected positioning/de-positioning costs are estimated at eleven (11) hours each way for two (2) aircraft for a total of twenty-two (22) hours; Flight Hours are estimated at four (4) hours per day per aircraft for five (5) days for a total of forty (40) hours on-site. Period of Performance is 25 September 2006 through 29 September 2006. CLIN 1001 OPTION (CASA-212 aircraft) Projected positioning/de-positioning costs are estimated at eleven (11) hours each way for one (1) aircraft for a total of twenty-two (22) hours; Flight Hours are estimated at four (4) hours per day per aircraft for five (5) days for a total of twenty (20) hours on-site. Period of Performance is 2 October 2006 through 6 October 2006. CLIN 0002 Provide Twin Otter/ Cessna 208 Side Door 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 one (1) aircraft 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-site over two (2) days. Period of Performance is 25 September 2006 and 26 September 2006. CLIN 0003 Provide 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. SLIN 0003AA Projected positioning/de-positioning costs are estimated at one (1) hour each way for one (1) aircraft for a total of two (2) hours; Flight Hours are estimated at four (4) hours per day per aircraft for five (5) days for a total of twenty (20) hours on-site. Period of Performance is 11 September 2006 through 15 September 2006. SLIN 0003AB Projected positioning/de-positioning costs are estimated at one (1) hour each way for one (1) aircraft for a total of four (4) hours for two (2) aircraft; Flight hours are estimated at four (4) hours per day per aircraft for a total of eight (8) hours per day for five (5) days for a total of forty (40) hours on-site. Period of Performance is 18 September 2006 through 22 September 2006. SLIN 0003AC Projected positioning/de-positioning costs are estimated at one (1) hour each way for one (1) aircraft for a total of two (2) hours; Flight Hours are estimated at four (4) hours per day per aircraft for five (5) days for a total of twenty (20) hours on-site. Period of Performance is 25 September 2006 through 29 September 2006. CLIN 2001 OPTION (C130 aircraft) Projected positioning/de-positioning costs are estimated at one (1) hour each way for one (1) aircraft for a total of two (2) hours; Flight Hours are estimated at four (4) hours per day per aircraft for five (5) days for a total of twenty (20) hours on-site. Period of Performance is 2 October 2006 through 6 October 2006. In this solicitation document, the incorporated provisions and clauses those are in effect through Federal Acquisition Circular (FAC) 2005-12 effective 4 August 2006. North American Industrial Classification Code (NAICS) 532411 applies to this procurement. This procurement provides for full and open competition. The Defense Priorities Allocation System (DPAS) rating for this procurement is DOC9. Place of performance is specified in each CLIN. Specifications for CASA-212 aircraft or equal 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 seatbelts) 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/HAHO operations. The aircraft shall meet the following specifications: The vendor shall be DOD approved (inspected) to include aircrew certifications and licenses are in accordance with USSOCOM Directive 350-8. Vendor shall be Federal Aviation Administration (FAA) Part 135 certificated. The aircraft and crew shall be provided for use by the Department of Defense as a public aircraft during the period of performance of the contract, contractor shall not subcontract to any other agencies or individuals during the term of this 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. No fly days are historically no aircraft charge or minimum activity rate. Minimum activity rate or block rate will be negotiated. The cost of the contractor?s lodging, per diem, aircraft fuel shall be all inclusive in the firm fixed price. Training will consist of daytime and nighttime evolutions as designated by the U.S. Government technical point of contact. 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 or equal are as follows: Vendor must be a current approved (inspected) vendor listed on the AMC paratroop carrier list and FAA Part 91 certificated. Aircraft must be ramped and capable of in-flight operations. Aircraft must be capable of 4 lifts minimum per hour to an altitude of 13,000 feet. Jump lights (red/green) in cargo compartment for jumpmaster/aircrew coordination. Seating must be troop seats (military style canvas/nylon seats and extended length seat belts) for sixty-four (64) combat equipment rigged jumpers per lift for C130. 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(s). C-130/L-382 is the minimum size for large ramped aircraft requirement. Aircrew must have oxygen system (portable or permanent) standard BHF/AM radios required (UHF radio preferred, if available). Aircraft must be configured for over the ramp static line operations. Vendor aircrew must be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Contractor must have required clearances and documentation to operate from Department of Defense (DOD) installations (i.e. Naval Facilities license). Contractor must meet FAA FAR requirements for HALO/HAHO Para-ops. Aircraft must be configured for day and night HALO/HAHO parachute operations. All contractor personnel must be United States citizens. C130/L-382 aircraft should have avionics equipment to read winds (required by jumpmaster) during climb to exit altitude. The aircraft and crew shall be provided for use by the Department of Defense as a public aircraft during the period of performance of the contract, the contractor shall not subcontract to any other agencies or individuals during the term of this 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. No fly days are historically no aircraft charge or minimum activity rate. Minimum activity rate or block rate will be negotiated. The cost of the contractor?s lodging, per diem, and aircraft fuel shall be all inclusive in the firm fixed price. Training will consist of daytime and nighttime evolutions as designated by the U.S. Government technical point of contact. 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 Twin Otter / Cessna 208 side door aircraft or equal are as follows: Vendor must be a current approved (inspected) vendor listed on the AMC paratroop carriers list. Aircraft must be capable of in-flight jump operations with a minimum of 4 lifts per hour, jump lights (red/green) in cargo compartment for jump master/aircrew coordination, permanently installed static line cables ? no temporary installations, intercom communications between aircrew and jumpmaster. Cargo compartment must be able to accommodate jumpers, instructors, safeties, etc. Contractor must have required clearances to operate from Department of Defense (DOD) installations. Contractor must meet FAA FAR requirements for HALO Para-ops. Aircraft must be configured for day and night HALO parachute operations. All contractor personnel must be United States citizens. 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. No fly days are historically no aircraft charge or minimum activity rate. Minimum activity rate or block rate will be negotiated. The number of U.S. military personnel engaging in the training will vary for a minimum of ten (10) to a maximum of forty (40) or more personnel. Training will consist of daytime and nighttime evolutions as designated by the U.S. Government technical point of contact. The contractor?s lodging; per diem and aircraft fuel cost will be included in the cost of flying per hour. 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. 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) (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 weighs more than price. Vendor 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 posting date of the 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 for the number and specific type of aircraft required. In addition, vendor shall provide proof of possession proper clearances and documentation to operate from Department of Defense installations to include DOD Approved Air Carrier Certificated and/or AMC Approved Paratroop Carriers as per DOD 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 the 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 52.222-41 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 Christine.Anderson@vb.socom.mil. All communications regarding this procurement, INCLUDING all requests for additional information, must be in writing and submitted via email to Christine Anderson at Christine.Anderson@vb.socom.mil. Proposals shall be prepared and sent to the attention of Christine Anderson by email to Christine.Anderson@vb.socom.mil, by fax to (757) 492-7954 or U.S. postal mail to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 to be received no later than 31 August, 2006, 12:00 p.m. Eastern Standard Time (EST). Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award. NOTE: During the period of 14 August 2006 through 25 August 2006, please contact Erika Fugere at Erika.Fugere@vb.socom.mil with any contractual questions concerning this solicitation. Technical questions should be directed to Arty Desrosiers at Arthur.Desrosiers@vb.socom.mil.
 
Place of Performance
Address: Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, VA,
Zip Code: 23461
Country: UNITED STATES
 
Record
SN01123969-W 20060825/060823222217 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.