Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

V -- Airborne Maritime Surveillance for Range Clearing

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-PMRF-0060
 
Response Due
6/14/2007
 
Archive Date
7/23/2007
 
Description
The Government intends to award a contract for Airborne Maritime Surveillance (AMS) services at the Pacific Missile Range Facility as described herein. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-07-PMRF-0060 is issued as a request for quote (RFQ). The incorporated document provisions and clauses are those in effect through Federal Acquisition Regulation update FAC 2005-14 and Defense Federal Acquisition Regulation Supplement update DCN 20061201. The North American Industry Classification Systems (NAICS) code is 481219. The small business size standard is $6.5M. The Contract Line Item is CLIN 0001 AMS Range Clearing for RDC-1D, quantity 1 lot. A firm fixed price contract is anticipated. The contractor shall provide AMS for range clearing at the Pacific Missile Range Facility, PMRF, Barking Sands, Hawaii. The tasking is extremely high priority as it involves safety of military and commercial ships and private surface vessels. The contractor shall provide range clearing support for PMRF restricted area W-188 and other areas as tasked, an over water area estimated at 440,000 square miles, via aircraft equipped with a radar system and communication systems. The contractor shall provide all aircraft, equipment, personnel, materials, travel, per diem, and other ground and flight costs except as provided herein. Contractor will be provided an in-depth briefing upon arrival in Hawaii. Along with the briefing, the aircrew will be provided a schedule for the tasking period. During the missions, when making contact with a surface vessel the Range clearing aircraft will attempt voice communication with the vessel. If voice communication is unsuccessful, the Range clearing aircraft will descend to a make a visual identification and transmit the identification information back to the PMRF Range Control Office. PMRF Range Control will provide guidance to the contractor for any additional actions: such as relaying messages. Contractor aircraft and air operations must comply with FAA Part-91 maintenance and operations standards. Contractor aircrew and support personnel shall comply with the requirements of FAA Part-91. Two (2) missions will be flown, one being a rehearsal and the second being the actual mission. The following is the estimated test exercise tasking: CLIN 0001 AMS Range Clearing RDC-1D, 23 July to 31 July 2007. Day 1 depart Contractor?s facility and ferry the aircraft to PMRF Barking Sands, Kauai, Hawaii*. Day 2 install the Large Area Tracking Range system and Automatic Identification System described herein, attend test exercise briefing/scheduling meeting at PMRF Barking Sands, and fly 6 hour rehearsal flight. Day 3 Fly 6 hour range clearing mission. Day 4 down day. Day 5 mission back up flight date. Day 6&7 down days. Day 8 mission back up flight day. Day 9 remove LATR and AIS system and return to contractor?s facility. * Prior to departure a base will be designated. Alternate sites are either USAF Base Hickam, Oahu, Hawaii or MCAS Kaneohe Bay, Oahu, Hawaii Crew rest will be conducted in accordance the FAA standard 14 hour day from preflight brief to post Flight. Aircraft fuel (Dry Contract). The Government will provide access to fuel at U.S. Government bases and civil fields where U.S. Government contract fuel is available worldwide for the contractor?s use during contract performance. The Government will issue appropriate fuel cards for the contractor?s aircraft. The Government Technical Point of Contact (TPOC) will coordinate the transmission of the fuel cards to the contractor within two weeks after award date. Any Government fuel provided will NOT be used for any other flights/efforts other than those scheduled/ordered under this contract. The Government will audit all fuel receipts and flight logs provided by the contractor to the Government. The contractor shall commence performance with aircraft fully loaded with contractor provided fuel. During contract performance the contractor shall utilize the government?s fuel card to refuel aircraft as required. Upon returning to the contractor?s facility, the contractor shall top off the aircraft fuel tanks utilizing the government furnished fuel card. PMA-207D2 Scheduling Office will coordinate movement of aircraft to/from the contractor?s facility to the on station location in Hawaii. On station, mission scheduling will be conducted by the PRMF Barking Sands Range Office. Adequate contractor personnel, pilot and radar operator minimum, shall attend the detailed mission briefing at PMRF Barking Sands, Kauai, a morning briefing is anticipated on Day 2. Aircraft and Radar Specifications: Aircraft: Speed 450 KTAS maximum, Altitude 45,000ft maximum, Aircraft range 3,600 NM minimum, Maximum runway length 6,000 ft, minimum take off to landing time 7.0 hours. Aircraft configuration: APS-127 RADAR or better, UHF Radio, VHF Radio with marine capability. Radar Detection Specification Minimums: Fully Functional APS -127 or better. Detection specifications at 40 miles track a 30 square meter vessel, at 60 miles track a 150 square meter vessel, at 90 miles track a 200 square meter vessel. The contractor shall ensure that appropriate survival equipment is aboard during over water flights. The following equipment will be provided by the Government and will be installed on the aircraft by the contractor upon arrival on station. LATR ? Large Area Tracking Range unit weighs 35 lbs and measures 20?L x 17?W x 16? H. AIS Automatic Identification System consists of a laptop, and the AIS unit. The AIS unit is less than 2 lbs and measures 3? wide x 7? long x 3? high. Contractor aircraft must have the following connections/equipment to support interface with the LATR and AIS systems: LATR system:28 VDC / 5AMPS, 1 UHF antenna mounted on the belly of the aircraft and UHF RF cable. AIS system GPS feed VHF antenna and VHF RF cable, 28 VDC /5amps. Identification in the form of a government/state ID will be required for access to the US military bases and flight lines. Contractor is responsible for obtaining base access authorization for all personnel. Base of Operations. Aircraft ramp space and supporting facilities shall be provided by the Government at PMRF Barking Sands, Kauai, Hawaii or alternates MCAS, Kaneohe Bay, Oahu, Hawaii or USAF Base Hickam, Oahu, Hawaii. The following provisions apply: FAR 52.212-1 Instructions to Offerors ? Commercial Items (JAN 2006). FAR 52.212-2 Evaluation Commercial Items (JAN 1999) with the following addendum. The following evaluation factors will be used to evaluate offers: Technical Capability, Past Performance and Price in a Best Value Continuum. Technical capability will be assessed based upon aircraft, equipment and personnel. The contractor shall provide: adequate information to determine if the aircraft is mission capable, properly certified and available, specifications of existing equipment including radios and radar, equipment and power to support the LATR and AIS installation, and personnel compliment and information adequate to determine their capability to perform the mission in the proposed aircraft. Contractor shall provide adequate past performance information on prior missions flown in the previous 24 months. Past performance will be assessed based upon prior missions flown performing identical or similar missions by the proposed aircraft and crew. Performance risk will be assessed as part of the technical capability evaluation. The price proposed will be the firm fixed price for the entire task. The importance of price will increase as the technical and past performance are assessed to be more equal. The Government reserves the right to select the best value offer which may not be either the highest technically qualified offer or the lowest priced offer. Questions regarding the technical requirement must be submitted in writing not later than 14 June 2007 via e-mail to lorraine.rardin@navy.mil or via FAX to (301) 757-9046. Answers to all technical questions will be furnished as amendments to the Synopsis. Each offer shall include a completed copy of the provision FAR 52.121-3 Offeror Representations and Certifications Commercial Items (Jun 2006) unless ORCA is used. FAR 52.204-8, Annual Representations and Certifications (Jan 2005), requires that each offeror complete the annual representations and certifications electronically via Online Representations and Certifications Application (ORCA) website at http://www.bpn.gov. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (SEP 2005). All offerors must be registered in the Central Contractor Register to be eligible for award. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Nov 2006). FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Jan 2006), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (Sep 2006), FAR 52.222-36 Affirmative Action for Worker with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (Sep 2006), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) fill in: www.arnet.gov/far/ or http://farsite.hill.af.mil apply to this acquisition. DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Nov 2003). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006) the following apply: FAR 52.203-3 Gratuities (Apr 1984), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), and DFARS 252.232-7003 Electronic Submission of Payment Requests (May 2006), and DFARS 252.246-7000 Material Inspection and Receiving Report (Mar 2003). The contractor will be required to register post-award for Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at http://wawf.eb.mil ; additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance line 1-800-559-WAWF (9293). All responsible sources may submit an offer which will be considered by the agency. Send offers to FAX number (301)757-9046 to the attention of Lorraine Rardin. Email offers to email address: lorraine.rardin@navy.mil . Written quotes with all supporting information are due by 1400 Eastern Standard Time 14 June 2007. For information regarding this solicitation contact Lorraine L. Rardin, Code 251435 at (301)757-9736 or via email at lorraine.rardin@navy.mil . END SYNOPSIS/SOLICITATION N00421-07-PMRF-0060.
 
Place of Performance
Address: Pacific Missile Range Facility, P.O. Box 128, Kekaha, Hawaii
Zip Code: 96752-0128
Country: UNITED STATES
 
Record
SN01306717-W 20070602/070531221424 (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.