Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2008 FBO #2252
MODIFICATION

15 -- Aircraft Insurance and Maintenace

Notice Date
1/24/2008
 
Notice Type
Modification
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
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-08-JPT-Q-0004
 
Response Due
1/27/2008
 
Archive Date
2/11/2008
 
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
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. Solicitation Number DJMS-08-JPT-Q-0004 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. The applicable North American Industry Classification System (NAICS) code is 532411. The small business size standard is $6.5M average annual receipts. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13. This procurement is set aside 100% for small business size standards. The USMS anticipates award of a purchase order with monthly firm-fixed-price, CLIN 001 and an Indefinite Delivery Indefinite Quantity CLIN 002 for flight hours. CLIN 002 will have a minimum guaranteed of 60 flight hours and a Government estimated maximum of 120 flight hours over the period of performance 02/04/08 through 05/03/08. The anticipated award date is on or about 30 Jan 07. The requirement consists of the following. ITEM Quantity Unit Total CLIN 001 Aircraft Lease per month 3 Mo ________ __________ Aircraft Insurance Maintenance (AIM) CLIN 002 Flight Hour Rate (F/H) F/H __________ ___________ Minimum guarantee 60 F/H over Period of performance Government Estimated Maximum Flight hours 120 over period of performance A. General A.1. The Justice Prisoner and Alien Transportation System (JPATS) requires the lease of a U.S. registered, narrow bodied small turbine-propeller (Turboprop) powered small passenger aircraft to perform its missions of moving prisoners and illegal aliens for the Bureau of Prisons (BOP), United States Marshals Service (USMS), and United States Immigration and Customs Enforcement (ICE). This aircraft will support air fleet operations at the JPATS Aguadilla, Puerto Rico operational site. The aircraft will be operated and maintained to full Title 14 CFR Part 91 standards. The operational control of the aircraft will be with JPATS exclusively with headquarters based in Oklahoma City, OK and only JPATS pilots, or JPATS contract pilots, will operate the aircraft to standards detailed in the JPATS General Operating Manual (GOM). The aircraft will be maintained by a commercial aviation maintenance contractor on site in Aguadilla and will include all maintenance activities and events associated with Line Maintenance and Line Servicing. B. Contractor Responsibilities versus JPATS Responsibilities B.1. Contractor shall be responsible to provide supplies and services to include aircraft lease, insurance, and ?heavy? maintenance, ?scheduled? or ?unscheduled.? These responsibilities shall be included in the lease prices. B.2. The Contractor shall be responsible to appoint a Representative/Manager. The Representative/Manager shall be the Contractor's authorized representative for technical and administrative performance of all services required hereunder. The Contractor Representative/Manager shall be available 24 hours a day, 7 days a week and be the single point of contact through which all Contractor/Government communications flow. The Representative/Manager shall have decision making authority. The Representative/Manager shall receive and execute, on behalf of the Contractor, such technical direction as the Contracting Officer?s Technical Representative (COTR) may issue within the terms and conditions of the Contract. All administrative support of Contractor technical personnel required to fulfill the tasks assigned under this contract shall be the responsibility of the Contractor. B.3. JPATS shall be responsible for operational ground handling fees including landing fees and aircraft deicing fees at each main operational site plus all airports the leased aircraft are scheduled to fly to/from. JPATS will provide fuel for the aircraft. B.4. JPATS shall be responsible to operate the leased aircraft as a Public Use Aircraft maintaining compliance with mandatory requirements contained within Title 14 Code of Federal Regulations (CFR) Part 91, FAA Advisory Circular 00-1.1, Government Aircraft Operations, and the policies and procedures as detailed in the JPATS, General Operations Manual (GOM), and General Maintenance Manual (GMM). B.5. JPATS shall be responsible for accomplishment of full Line Maintenance and Line Servicing through a commercial aviation maintenance contractor on site. B.6. JPATS shall be responsible for daily decisions determining aircraft airworthiness and ?dispatchability.? C. Period of Performance and Payment C.1. The contractor shall provide lease aircraft for the exclusive use of JPATS for the established period of performance, as designated in the resulting order. D. JPATS Requirements D.1. JPATS will utilize the leased aircraft approximately 5 flight hours per week (20 flight hours per month, minimum guaranteed) with approximately 4 stops (landings) per day equating to approximately 20 cycles (landings) per week. The aircraft will be scheduled for flights to destinations within the Caribbean basin. E. Aircraft Requirements/Configuration E.1. The contractor shall provide an aircraft that by FAA definition is a small, turboprop powered, twin engine, passenger aircraft, narrow-body, single aisle, of U.S. registry with a valid Standard Certificate of Airworthiness at time of delivery to JPATS. Aircraft must meet all specifications of its original Type Certificate in accordance with Title 14 CFR Part 23 or Part 25 as applicable. E.2. Specific aircraft requirement for the type of aircraft to be supplied is dependent on existing JPATS? pilot training, licensing, and certifications and is as follows: ? Beech 99 or Beech King Air 100 or Equivalent E.3. The aircraft offered must, at time of delivery: 1.Be in compliance with all published FAA Airworthiness Directives and manufacturer Mandatory / Alert Service Bulletins. 2.Be in compliance with all calendar, flight hour, flight cycle maintenance inspections / events from either a manufacturer or FAA approved maintenance program. 3.Be accompanied by a current Airplane Flight Manual (AFM) with Performance Specifications, applicable Aircraft Operating Manuals, and applicable Quick Reference Handbooks (QRH), or equivalent. 4.Be accompanied by appropriate aircraft weight and balance data to include a current and valid Weight and Balance Manual with the latest aircraft weighing sheet and a unique (customized) weight and balance form / worksheet / program / graph for use by the JPATS flight crew in computing Center of Gravity (CG) and mission weight and balance requirements. 5.Be accompanied by a current and valid Minimum Equipment Listing (MEL) complete with Maintenance (M) and Operators (O) procedures. 6.Be configured with a minimum passenger capacity of 10 Excluding cockpit seats. 7.Be equipped with flight deck presentations, placards, cockpit indications and gages and associated navigational equipment / instruments, and manuals and supporting documentation all in the English language and U.S. measurement units. 8.Be positioned to the JPATS designated site of Mexia, Texas with clean interior, galley i.e. (no alcohol, food, etc.). E.4 The aircraft must be equipped with IFR certified long range/area navigation system capable of operating independent of ground based navigation facilities. F. Aircraft Departure and Return Locations F.1. The lease aircraft will generally be required to depart from and return to the JPATS Aguadilla PR operational site. G. Aircraft Maintenance/Logistics Support G.1. The Contractor is responsible for aircraft Heavy Maintenance and related logistics support. G.2. JPATS is responsible for aircraft Line Maintenance and Line Servicing ensuring all mandatory requirements of Title 14 CFR Part 91 are met during he entire period of performance. G.3. Airworthiness and Dispatchability of an aircraft will be determined by JPATS utilizing, as guidelines, the Minimum Essential Equipment List (MEL) for that aircraft. G.4. A JPATS provided aircraft flight log book, with daily flight log sheets, will be utilized by the JPATS flight crews to record daily flight data and maintenance discrepancies. These daily flight log sheets will be managed and retained in accordance with policies and procedures contained in the JPATS General Maintenance Manual (GMM), Chapter IV. A blue copy of each completed daily flight log sheet will be provided to the on-site Contracting Officer Technical Representative (COTR) at the end of each flying day by the commercial maintenance contractor. A white copy of each completed daily flight log sheet will be retained by the commercial maintenance contractor. The on-site COTR shall have free and unrestricted access to these log books at all times. G.5. The Contractor is responsible for ensuring that the leased aircraft does not enter service with JPATS that has ?scheduled? Heavy Maintenance or a ?scheduled? Major Inspection that comes due during the period of performance under the contract. Should any leased aircraft experience ?unscheduled? Heavy Maintenance during the period of performance the Contractor shall accomplish said maintenance, or make arrangements for the accomplishment of said maintenance. G.6. JPATS reserves the right to test-fly the leased aircraft after accomplishment of unscheduled Heavy Maintenance to determine if the aircraft is in fact airworthy prior to boarding passengers. If such a flight test is performed at the request of the Contracting Officer, the cost of fuel will be the responsibility of the Government. H. Inspection and Acceptance H.1. JPATS will utilize the JPATS Pre-Post Lease Inspection Checklist (See Attachment X) in performing Inspection and Acceptance of proposed aircraft at Mexia, Texas. The aircraft and permanent historical records (historical log books for the aircraft, engine, and propellers) must be presented to JPATS for Inspection and Acceptance. Findings identified during Inspection and Acceptance that can not be fully resolved to the satisfaction of JPATS within five (5) business days will be cause for the aircraft to be found technically unacceptable. For the purpose of Inspection and Acceptance, a ?finding? is defined as a technical requirement, as established herein, that is not present on the offered aircraft, as determined by the authorized USMS government representative. The lease return will also be conducted at Mexia, Texas. JPATS will be responsible for positioning the aircraft at Mexia for the lease return inspection. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR52.212-2, Evaluation-Commercial Items. The evaluation factors to be considered are in descending order of importance are Price and technical capability to conform to the requirements of the solicitation, FAR 52.212-3, Offeror Representations and Certifications, Commercial Items; FAR 52.212-4, Contract Terms and Conditions, Commercial Items; and FAR 52.212-5. Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. The following additional clauses cited in FAR 52.212-5 are applicable to this specific acquisition: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-3, Buy American Act, Free Trade Agreements, Israeli Trade Acts, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.211-6 Brand name or Equal, FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration. Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003)(n) Title. No transfer of title of the aircraft to the government will occur. (a) Hold Harmless and Indemnification Agreement. The Contractor shall save and hold harmless and indemnify the Government against any and all liability claims and costs of any person or persons, and for loss or damage to any Contractor property or property owned by a third party, occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operation, or performance of work under the terms of this contract, resulting in whole or in part from the negligent acts or negligent omissions of the Contractor, any subcontractor, or any employee, agent, or representative of the Contractor or subcontractor. (b) Government's Right of Recovery. The Government shall not be precluded from receiving the benefits of any insurance the Contractor may carry which provides for the indemnification of any loss or destruction of, or damage to property in the custody and care of the Contractor, where such loss, destruction or damage is to Government property. The Contractor shall do nothing to prejudice the Government's right to recover against third parties for any loss, destruction of, or damage to Government property, and upon request of the Contracting Officer shall, at the Government's expense, furnish to the Government all reasonable assistance and cooperation (including assistance in the prosecution of suit and the execution of instruments of assignment in favor of the Government) in obtaining recovery. c. Government Liability. The Government shall not be liable for any injury to the Contractor's property unless such injury or damage is due to negligence on the part of the Government and is recoverable under the Federal Torts Claim Act, or pursuant to other Federal Statutory Authority. ii. Aircraft public and passenger liability insurance shall provide limits of liability not less than the following: $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Passenger Liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. The general liability policy shall name "The United States of America, action by and through the Department of Justice", as an additional insured with respect to operations performed under this contract. The contractor shall indemnify the Government for any claim by its insurer for subrogation against the Government by reason of any payment under the policies. c. Each liability policy shall include the following provision: "It is a condition of this policy that the company shall furnish written notice to the Department of Justice, in care of the issuing office, thirty (30) days in advance of any reduction in or cancellation of this policy. d. Insurance shall be effective throughout the term of the contract. Upon request, the Contractor shall furnish the Contracting Officer as evidence of required insurance, certified true copies of liability policies and manually countersigned endorsements of any changes thereto. Renewal policies shall be furnished not less than five (5) days prior to the expiration of current policies. e. The contractor shall obtain hull insurance with a provision for coverage of Foreign Object Damage (FOD). JPATS shall be limited to $100,000 or the amount of the deductible on that hull insurance policy whichever is less for the cost of repair of damage to the aircraft that is the result of FOD. The contractor shall bear the burden of providing to the Contracting Officer the proof that the damage identified as the result of FOD. The final approval and acceptance of the request for payment for FOD remains under the authority of the Contracting Officer and is subject to Federal Acquisition Regulation (FAR) clause 52.212-4(d) Disputes. Quotes can be submited via email to Shelley.Bothwell@usdoj.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JAN-2008); 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-08-JPT-Q-0004/listing.html)
 
Place of Performance
Address: RAFAEL HERNADEZ AIRPORT AGUADILLA, PUERTO RICO
Zip Code: 00605
Country: PUERTO RICO
 
Record
SN01492349-F 20080126/080124230552 (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.