Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

V -- SAAB 2000 Contract Pilot Services

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, OK, 73159-1198, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DJMS-07-JPT-Q-0012
 
Response Due
4/30/2007
 
Description
Solicitation/Synopsis DJMS-07-JPT-Q-0012 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The United States Marshals Service (USMS) Justice Prisoner and Alien Transportation System (JPATS) has a requirement for Contract Pilots for the SAAB 2000 aircraft at the USMS facilities in Aguadilla, Puerto Rico. Line Item 0001 SAAB Contract Pilots Estimated 40 Flight Days. The quoted price shall include all travel, lodging, meals, and incidental expenses for each pilot. The contractor shall provide temporary pilot services for SAAB 2000 series aircraft at the USMS operational site in Aguadilla, Puerto Rico. When a requirement for pilot services exists, the minimum requirement period shall be five days per week when the services start on Monday. For services starting other than Monday, the minimum requirement period will be reduced one day for each start day past Monday. Two service days is the minimum requirement period. The standard requirement period is defined as Monday thru Friday. This requirement is to meet a critical need of the USMS that can not be met by the current work force. The contractor remains legally responsible for each pilot provided under this contract and will supervise each pilot as defined at 5 USC 7103(a)(10). The contractor shall provide a pilot that meets all FAA requirements, including current type rating for the specified aircraft. All flights will be flown under FAA Part 91 regulations. All pilots shall be subject to security screening by USMS/JPATS personnel and shall submit form USM-228. In addition, the contractor shall provide a copy of each pilot?s current license, medical class I or II, ATP, most current training in aircraft and flight hours in type and total flown. The period of performance is May 22, 2007 through September 30, 2007. The USMS is contemplating award of a firm fixed price purchase order, using simplified acquisition procedures for commercial items. Offerors will submit past performance information. and a price quote at the time of proposal submission. Past performance will be evaluated on the following: List of similar contracts with commercial entities and federal, state, or local governments within the last 5 years to include Point of Contact telephone numbers. The award will be based on best value to the government, made to the offeror best demonstrating, with past performance information, the ability to satisfy the performance requirements with the lowest responsive quote. All line items will be awarded on a single purchase order. Interested offerors are requested to submit a quotation for this requirement to Sandra M. Fink, USMS, Justice Prisoner and Alien Transportation System (JPATS) 5900 Cargo Road, Oklahoma City OK 73159, FAX (405) 680-3472, or E-Mail Sandra.fink@usdoj.gov. FAR 52.212-1, Instructions to Offerors -- Commercial Items, is applicable. FAR 52.212-2, Evaluation -- Commercial Items, will be used to evaluate items as consistent with below stated description of requirements. Contractor will submit a completed copy of the FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2006). FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders --Commercial Items applies to this acquisition. FAR 52.222-3, Convict Labor (June 2003)(E.O. 11755), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332), FAR 52.216-21 Requirements Applicable fill-in: Sept. 30, 2007, FAR 52.216-18 Ordering Applicable fill-ins (a) May 22, 2007 - Sept. 30, 2007, FAR 52.216-19 Order Limitations Applicable fill-ins: (a) two flight days (b)(1) 40 flight days (b)(2)40 flight days (b)(3) five (d) five Quotes must be received by close of business, 4:00 PM CST April 30, 2007, and may be submitted by FAX or e-mail. Point of contact for this solicitation is Sandra M. Fink, Contract Specialist, (405) 680-3435.
 
Place of Performance
Address: U.S. Marshals Service, Rafael Hernandez Airport, Aguadilla, Puerto Rico
Zip Code: 00604
Country: PUERTO RICO
 
Record
SN01275765-W 20070420/070418220558 (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.