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
MODIFICATION

W -- Lease of CASA-212 Aircraft or Equal and Aircrew

Notice Date
1/12/2007
 
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, UNITED STATES
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-07-R-0011
 
Response Due
1/29/2007
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO REMOVE THE STATEMENT "PICK-UP AND DROP-OFF POINT IS NAS OCEANA NAVAL AIR STATION, VIRGINIA BEACH, VIRGINIA". ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. 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 H92244-07-R-0011, and a firm fixed price contract is contemplated. All responsible sources may submit a proposal which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Contract Line Item Number (CLIN 0001) 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 systems (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 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 should/will be DoD approved commercial operators to include aircraft certifications and licenses (Part 135 certificated in accordance with DoDD 4500.53), if available or otherwise in accordance with USSOCOM Directive 350-8. Aircraft to be contracted as a public use aircraft. 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 citizens with citizenship verifiable by provision of birth record or passport. The vendor shall have insurance coverage to include parachute and HALO operations per DoD certification. It is estimated that a maximum of forty (40) students will attend the training per HALO Proficiency Training session. Provide 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 drop zones within a one-hundred fifty (150) mile vicinity of Currituck, North Carolina. Pick-up and drop-off point is NAS Oceana Naval Air Station, Virginia Beach, Virginia. Two (2) CASA-212, 31 January 2006, eight (8) hours positioning for each aircraft and 1 February 2007, eight (8) hours de-positioning for each aircraft for a total of sixteen (16) hours positioning/de-positioning for two (2) aircraft for a total of thirty-two (32) hours positioning/de-positioning. Two (2) CASA-212, seven (7) flight hours per day per aircraft for a total of twenty-eight (28) hours for two (2) days. Jumps are normally scheduled Monday through Friday. Saturdays and Sundays are available, as required for weather make-up days or to make up for aircraft maintenance delays during Monday through Friday schedule. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13, effective 28 September 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 DOC9. FOB Point is destination. FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 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. 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 (3) fiscal years before posting date of the combined synopsis/solicitation on Federal Business Opportunity (FBO). The vendor shall include proof of the following in the proposal: United States (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 (DoD) installations as per AMC certification with proposal. The CLIN identified for positioning and de-positioning are estimated maximums subject to adjustment based on contractor?s proposal and negotiations. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2006). Email Christine Anderson at christine.anderson@vb.socom.mil to obtain a copy of the clause containing the required fill-ins. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev)(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 (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) 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 52.222-3 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 (Sep 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)(Oct 2006) DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) 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 of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. Proposals must be submitted to Christine Anderson by fax to (757) 492-7954 or U.S. Postal mail addressed to NSWDG. Attn: Christine Anderson (Purchasing/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00 p.m. Eastern Standard Time (EST) on 29 January 2007. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors identified herein. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-MAY-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-07-R-0011/listing.html)
 
Place of Performance
Address: 290 Airport Road Maple NC
Zip Code: 27929
Country: UNITED STATES
 
Record
SN01307077-F 20070602/070531223821 (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.