Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2007 FBO #2022
MODIFICATION

R -- MD-80 and B-737 Contract Pilots

Notice Date
6/8/2007
 
Notice Type
Modification
 
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
73159-1198
 
Solicitation Number
DJMS-07-Q-0023
 
Response Due
6/15/2007
 
Archive Date
6/30/2007
 
Point of Contact
Larry Park, Contract Specialist, Phone 405/680-3424, Fax 405/680-3466,
 
E-Mail Address
larry.park@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation/Synopsis DJMS-07-Q-0023 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) has a requirement for Contract Pilots at the USMS facilities in Oklahoma City, OK; Mesa, AZ; and Alexandria, Louisiana. 0001 Boeing 737 Aircraft, Oklahoma City OK, Estimated 20 Flight Days 0002 MD-80 Aircraft Pilots, Mesa AZ, Estimated 120 Flight Days 0003 Boeing 737 Aircraft, Alexandria LA, Estimated 80 Flight Days The prices quoted shall include all travel, lodging, meals and incidental expenses for each pilot. The contractor shall provide temporary pilot services for MD-80 series aircraft out of the USMS operational sites in Mesa, AZ and Boeing 737 series aircraft out of the USMS operational site in Alexandria, LA and Oklahoma City, OK. 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 respective 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 the form USM-271. Contractors will not have unescorted access to USMS space/facilities. 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. This information shall be provided to FAX 480-279-5898 (Mesa AZ), FAX (318) 473-7516 (Alexandria LA) and FAX (405) 680-3496 (Oklahoma City OK). The requirement is 100% set-aside for Small Business under NAICS code 488190. Other Support Activities for Air Transportation (Size Standard $6.5 Million). The period of performance is July 01 through June 30, 2008. The USMS is contemplating award of a firm fixed price purchase order, using simplified acquisition procedures for commercial items. Offerors will submit a price quote at the time of proposal submission. The award will be based on best value to the government, made to the offeror best demonstrating, 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 Air Cargo Road, Oklahoma City OK 73159, FAX (405) 680-3496, 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 stated description of requirements(Ability to Meet FAA and Security Requirements) and Past Performance. Contractor will submit a completed copy of the FAR Part 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 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor (June 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 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 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 52.216-18 Ordering(Oct 1995)Applicable fill-ins (a) July 01, 2007 ? June 30, 2008; FAR 52.216-19 Order Limitations (Oct 1995) Applicable fill-ins (a) one flight day (b)(1) 20 flight days (b)(2) 20 flight days (b)(3) five (d) five .; FAR 52.216-21 Requirements (Oct 1995) Applicable fill-in: June 30, 2008. Quotes must be received by, 3:30 PM CDT June 15, 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. The following numbered notes are applicable: 1. QUESTIONS & ANSWERS 06/08/2007 QUESTION 1: FLIGHT DAYS: By ?flight days? ? can we expect these flight days would be sequential for the entire program (smallest footprint 220 days - one pilot per day ? start at one base until that base complete then start at the next base and so on), sequential at each base only but potentially overlapping the three bases (smallest footprint 120 days with periods where flight days are occurring simultaneously at all three bases), or overlapping to any extent (even up to the ridiculous extreme of 220 pilots all flying on one day.) The question boils down to ? what is the maximum number of pilots you would require on ANY given day during the period of performance? ANSWER 1: Our use of contract pilots is designed to cover extenuating circumstances that are brief in nature. We may need a contract pilot to fill a vacant slot for only one day in one office during a given period of time. We may need that same pilot for a series of days ? say 5days and then not again for some time, if ever. These are not regularly filled positions. The need is sporadic and temporary in nature. The amount of duty time or days of involvement will be passed to you when a request for help is published. Our minimum liability for contract pilots at any given moment will vary significantly from 0 to as many as 3 to 6 throughout the unit. QUESTION 2: SIC / PIC: Would our pilot(s) be expected to be PIC all the time, occasionally, or never? Since the solicitation allows for class I or II medical, I assume our pilot(s) will be SIC only, never PIC. Will our pilots expect to land the aircraft all the time, occasionally, or never? ANSWER 2: Contract pilots are never given the responsibility of PIC. They will forever participate as SIC. As the SIC they will not be given a landing until, in the judgment of the PIC, a positive working rapport has been established and a familiarity with JPATS operating procedures has been gained. In other words a confidence level has been achieved. QUESTION 3: PROCEDURES: I expect they would operate as JPATS crewmembers and abide by JPATS operating procedures ? there are likely many details of those operating procedures that could have significant impact on pricing, likewise, they would be extended the same considerations as the current full time pilots of the JPATS under these operating procedures (such as duty day and flight time limitations that would constitute one complete ?flight day?). Is there any chance you could forward or make available to me (through a web link possibly) the operating procedures that our pilots would fall under? ANSWER 3: Generally we adhere to an 8 hour flight day and a 12 hour duty day. Our limitations are 38 hours per week, 100 hours a month and 1000 hours a year. Our flights average 6.5 in the aircraft which usually translates to a 10 to 12 hour duty day. QUESTION 4: RESOURCES & EQUIPPAGE: Will all flight planning be done at JPATS facilities using JPATS resources and publications? Will our pilots have at their disposal JPATS in flight publications or will they be expected to bring their own for all eventualities? Do the aircraft have their own headsets with boom mics OR will JPATS issue these OR will our pilot(s) be expected to have his or her own? Will our pilots abide by JPATS dress code for flying or will you want them individually identifiable? ANSWER 4: JPATS will provide all maps and charts. All aircraft have headsets, however it never hurts to bring one if it is available. Our trips are usually four to five stop in duration. Most are out and back from the point of origin. We do have occasional over night stops. The schedule will be made available to the contract pilot so he may know what is expected for a particular assignment. A short sleeve polo type shirt in gray is what our pilots wear along with black slacks and black shoes or boots. Ex-airline folks have shown up in a short sleeve airline shirt which is acceptable. Polo shirts in subdued colors are acceptable (black, white, and blue). QUESTION 5: NORMAL FLIGHT PROFILE: The flight profile our pilot(s) would have to support at any given base could range from a ?turn? every day beginning and ending (or at least planning to) every day at the base to one long trip for the entire duration of the expected number of flight days contracted at that base. What can be expected as the normal trip length or does it vary considerably? Are there certain locations that you regularly have your crews overnight if they depart on trips or does it constantly vary? ANSWER 5: See Answer 1. QUESTION 6: TRAINING: In the interest of safety, it would be appropriate to expect some period of training to be provided for our pilot(s) in operating procedures and crew coordination on JPATS flights but there does not seem to be any provision for integration training. At a minimum I would think a day or two of ground school taught by JPATS to include operating procedures, CRM standards, facilities orientation and a safety equipment and special equipment walk around would be necessary. Would it be reasonable to assume that JPATS would make the facilities, personnel, and aircraft available to support this in advance of flights with contractors commencing at any given base? ANSWER 6: JPATS recognizes the liability attendant with the use of contract pilots and to the extent possible attempts to mitigate that liability are made. We do not provide lengthy ground schools. We expect to invite professional aviators who have considerable experience and have developed good habits associated with the professional disciplines required to operate in today?s air traffic environment. The PIC will provide the contract pilot with a briefing which will entail an overview of our procedures, checklists and expectations. That briefing may take place 2 hours prior to the flight or we may attempt to provide a more complete pre-flight briefing to the extent that all parties are available to participate. We are quite busy and occasionally understaffed. If we had pilots available for more extensive briefings, we would not find it necessary to occasionally contract for one. As a minimum we require all contract pilots to hold an FAA issued ATP Certificate. They must be type rated in the aircraft they will be assigned to fly and must be able to show proof of having completed re-current training in the aircraft in question within the last 12 months. Time in type is preferred. Trainees (time in type) are an unwarranted liability. We want to encourage the participation of experienced professional pilots. Currently the majority of our contract requirements are found in Alexandria, LA (B737-300) and Phoenix, AZ (MD83). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/USMS/JPATS/DJMS-07-Q-0023/listing.html)
 
Place of Performance
Address: 5900 Air Cargo Rd Oklahoma City OK 73159 5919 S. Sossaman Rd, Bldg 75 Mesa AZ 85212 1215 Kegleman Blvd Alexandria LA 71303
Zip Code: 73159
Country: UNITED STATES
 
Record
SN01314625-F 20070610/070608231953 (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.