Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

W -- Lease of CASA-212, C130/L-382 Aircraft and Twin Otter or Cessna Side Door Aircraft or Aircraft of Comparable Capability

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
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
00000
 
Solicitation Number
H92244-07-R-0024
 
Response Due
7/5/2007
 
Archive Date
7/20/2007
 
Description
This is a combined synopsis/solicitation for lease of commercial aircraft and aircraft support services to meet training requirments and is 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-0024, and a firm fixed price contract is contemplated. Multiple awards are 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 CASA-212 aircraft, or aircraft of comparable capability, and aircrew to support Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training. The aircraft must be capable of in-flight operations, preferably ramped, and capable of four (4) lifts minimum with five (5) lifts preferred per day to an altitude of 13,000 feet. Jump lights (red/green) must be in the cargo compartment for jumpmaster/aircrew coordination. Seats must be side-facing seats (military style canvas/nylon seats with extended length belts) for up to sixteen (16) combat equipped jumpers per lift. The aircraft must be configured for static line operations. 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). Standard VHF/AM radios are required with UFH radio preferred, if available. Aircraft must be configured for day and night HALO operations. The contractor shall be DoD approved commercial operators to include aircraft certifications and licenses (Part 135 certified in accordance with Department of Defense Directive (DoDD) 4500.53) if available, or otherwise in accordance with USSOCOM Directive 350-8. Aircraft to be contracted as a public use aircraft during the period of performance. Aircraft should be able to read winds during climb and at exit altitude. The aircrew shall be knowledgeable in current MFF 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. Jumps are normally scheduled Monday through Friday. Saturdays and Sundays are available, as required, for make-up days or to make up for aircraft maintenance delays during Monday through Friday schedule. Sundays are normally aircraft positioning and de-positioning days. The cost of the contractor?s lodging and per diem as well as the cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. All aircrew shall be USA citizens with citizenship verifiable by provision of birth record or passport. The contractor shall have insurance coverage to include parachute and HALO operations per DoD certification. Training sessions will typically take place between the hours of 0800 to 1800 hours during which time the contractor shall have the aircraft ready for operation. SubLine Item Number (SLIN) 0001AA Provide One (1) each CASA-212 or aircraft of comparable capability on 9 July 2007 through 11 July 2007. Location: Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Estimate: two (2) hours positioning; two (2) hours de-positioning for a subtotal of four (4) hours. Four (4) flight hours per day for three (3) days for a subtotal of twelve (12) hours. Quantity 1 Lot SLIN 0001AB Provide One (1) each CASA-212 or aircraft of comparable capability on 22 September 2007 through 27 September 2007. Location: Pinal Air Park, Marana, Arizona. Estimate two (2) hours positioning; two (2) hours de-positioning for a subtotal of four (4) hours. Five (5) flight hours per day for six (6) days for a subtotal of thirty (30) hours. Quantity 1 Lot CLIN 0002 C130/L-382 aircraft or aircraft of comparable capability and aircrew to support MFF HALO Proficiency Training. The aircraft shall be ramped and capable of in-flight operations and four (4) lifts minimum with five (5) lifts preferred per day to an altitude of 13,000 feet. Jump lights (red/green) must be in the cargo compartment for jumpmaster/aircrew coordination. Seats must be troop seats (military style canvas seats and extended length seat belts) for sixty-four (64) combat equipment rigged jumpers per lift. There must be intercom communications between aircrew and jumpmaster. Cargo compartments must be able to accommodate jumpers, instructors, safeties, and portable oxygen console (C130 minimum size). Aircrew shall have oxygen systems (portable or permanent). Standard VHF/AM radios are required with UHF radio preferred, if available. Standard C130/L-382 is minimum size for large ramped aircraft requirement. Aircraft must be configured for over the ramp operations and for day and night HALO operations. The contractor shall be DoD approved commercial operators to include aircraft certifications and licenses (Part 135 certified 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 during the period of performance. Aircraft should be able to read winds during climb and at exit altitude. The aircrew shall be knowledgeable in current MFF 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. Jumps are normally scheduled Monday through Friday. Saturdays and Sundays are available, as required, for make-up days or to make up for aircraft maintenance delays during Monday through Friday schedule. Sundays are normally aircraft positioning and de-positioning days. The cost of the contractor?s lodging and per diem as well as the cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. All aircrew shall be USA citizens with citizenship with verifiable by provision of birth record or passport. The contractor shall have insurance coverage to include parachute and HALO operations per DoD certification. Training sessions will typically take place between the hours of 0800 to 1800 hours during which time the contractor shall have the aircraft ready for operation. SLIN 0002AA Provide One (1) C130/L-382 or aircraft of comparable capability on 9 July 2007 through 14 July 2007. Location: Pinal Air Park, Marana, Arizona. Estimate: one (1) hour positioning; one (1) hour de-positioning for a subtotal of two (2) hours. Two (2) flight hours per day for four (4) days for a subtotal of eight (8) hours. Quantity 1 Lot SLIN 0002AB Provide One (1) C130/L-382 or aircraft of comparable capability on 22 September 2007 through 27 September 2007. Location: Pinal Air Park, Marana, Arizona. Estimate: one (1) hour positioning; one (1) hour de-positioning for a subtotal of two (2) hours. Five (5) flight hours per day for six (6) days for a subtotal of thirty (30) hours. Quantity 1 Lot CLIN 0003 Twin Otter or Cessna Side Door Aircraft or aircraft of comparable capability and aircrew. The aircraft shall be capable of in-flight operations and four (4) lifts minimum with five (5) lifts preferred per day. Jump lights (red/green) must be in the cargo compartment for jumpmaster/aircrew coordination. There must be intercom communications between aircrew and jumpmaster. Cargo compartments must be able to able to accommodate jumpers, instructors, safeties and portable oxygen console. VHF/AM radios are required with UHF radio preferred, if available. Aircraft must be configured for day and night HALO operations. The contractor shall be DoD approved commercial operators to include aircraft certifications and licenses (Part 135 certified 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 during the period of performance. The aircrew shall be knowledgeable in current MFF 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. Jumps are normally scheduled Monday through Friday. Saturdays and Sundays are available, as required for make-up days or to make up for aircraft maintenance delays during Monday through Friday schedule. Sundays are normally aircraft positioning and de-positioning days. The cost of the contractor?s lodging and per diem as well as the cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. All aircrew shall be USA citizens with citizenship verifiable by provision of birth record or passport. The contractor shall have insurance coverage to include parachute and HALO operations per DoD certification. Training sessions will typically take place between the hours of 0800 to 1800 hours during which time the contracor shall have the aircraft ready for operation. SLIN 0003AA Provide Two (2) each Twin Otter or Cessna Side Door Aircraft or aircraft of comparable capability on 10 July 2007 through 17 July 2007. Location: Sullivan Park Drop Zone, Carson, Colorado and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Carson, Colorado. Estimate: four (4) hours positioning; four (4) hours de-positioning for a subtotal of eight (8) hours. Four (4) flight hours per day for eight (8) days per aircraft for a subtotal of sixty-four (64) hours. Quantity 1 Lot In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17, effective 14 June 2007. 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 DO-C9. FOB point is destination. CLAUSES INCORPORATED BY REFERENCE: (Please note that due to character limitations in FedBizOpps, full text cannot be displayed in the solicitation. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://farsite.hill.af.mil. 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 52.204-7 Central Contractor Registration (Jul 2006) FAR 52.209-1 Qualification Requirements (Feb 1995) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) Alternate I (Apr 2002) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2007) (DEVIATION) FAR 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns (Jul 2005) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) 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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (May 1989) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) 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 (Jan 2007) 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) DFARS 252.232-7003 Electronic Submission of Payment Requests (May 2006) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) SOFARS 5652.204-9000 Individual Authorized to Sign (Jan 2003) SOFARS 5652.204-9004 Foreign Persons (Jan 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (Jan 2000) SOFARS 5652.233-9000 Independent Review of Agency Protests (Jan 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (Jan 1998) SOFARS 5652.252-9000 Notice of Incorporation of Section K (Jan 1998) CLAUSES INCORPORATED BY FULL TEXT: FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) 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 shall be used to evaluate offers: technical competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. Offerors 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 FBO. The offeror shall include proof of the following in the proposal: USA citizenship of all persons operating aircraft, insurance coverage which includes parachute and HALO operations, and FAA certificate. In addition, offerors shall provide proof of possessing proper clearances and documentation to operate from DoD installations as per AMC certification, with proposal. The hours identified for positioning and de-positioning are estimated maximums subject to adjustment based on offeror proposal and negotiations. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor?s facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Betty Conner, telephone (757) 893-2713. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Christine Anderson, Contract Specialist; Email address: christine.anderson@vb.socom.mil; phone (757) 893-2715; fax (757) 492-6954; mailing address: 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 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 received by Christine Anderson by fax at (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 4:00 p.m. Eastern Standard Time (EST) on 5 July 2007.
 
Place of Performance
Address: Various locations as identified in the solicitation.
Zip Code: 23461-2299
Country: UNITED STATES
 
Record
SN01329569-W 20070629/070628032040 (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.