Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOLICITATION NOTICE

V -- New Mexico BLM Prescribed Fire Support with Two Helicopters

Notice Date
3/25/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
NBC, ACQUISITION SERVICES DIVISION, BOISE BRANCH 300 E. MALLARD DR., STE 200 BOISE ID 83706
 
ZIP Code
83706
 
Solicitation Number
8008-23
 
Response Due
4/2/2008
 
Archive Date
3/25/2009
 
Point of Contact
MATT DELONG CONTRACT SPECIALIST 2084335029 matt_delong@nbc.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 of the Federal Acquisition Regulations, 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. Synopsis: Request for Proposals Solicitation 8008-23 seeks flight services consisting of two small helicopters (that meet or exceed the minimum requirements listed below) which are fully Contractor operated and maintained, in support of the Bureau of Land Management, Socorro Field Office, New Mexico fire management programs. The helicopters will be used for two 12 days use periods (may not be at the same time) based 30 nm SE of Datil, NM supporting prescribed fire operations, but may assist suppression, recon, or other Government missions during the use period. The helicopters will be used some time between May 1, 2008 and June 30, 2008 with 72 hour or greater notice. Successful Contractors must have a current Aircraft Rental Agreement with the Department of the Interior or be able to meet the terms and conditions of the agreement which will be incorporated into the conformed contract. The Contractor shall have at least a Federal Aviation Administration (FAA) certificate issued under 14 CFR Part 135 and be carded (or capable of being) for Plastic Sphere Dispensing (PSD), aerial ignition operations, interagency fire, and external loads. The anticipated issue date of the solicitation is March 25, 2008 closing April 2, 2008 at 2pm MDT. It is a requirement that the successful awardee be registered in the Central Contractor Registry (CCR). The solicitation will also be available at www.amd.nbc.gov. The solicitation is under NAICS 481211 (size standard <1500 employees) for non-scheduled charter air transportation and is set aside for small business concerns. Contact Matt DeLong at 208-433-5029 with questions. Additional Description and Pricing Pages: 1. Objective: To obtain fully contractor operated and maintained small helicopter services in support of the New Mexico BLM. The BLM Socorro Field office has a requirement for two small helicopters to help conduct a prescribed burn. The prescribed fire will be conducted sometime between May 1st, 2008 and June 30th, 2008. Two helicopters will be needed for approximately 12 consecutive days during that period but may not be used at the same time. Due to the uncertainties inherent in prescribed fire operations, the exclusive use period may need to be extended for one or both helicopters for additional time. Extensions shall be executed upon the mutual agreement of both parties on a day to day basis. Exact start and stop dates of the exclusive use periods may not be determined until 72 hours prior to commencement of work. The helicopters will be based at a remote helibase which will be located approximately 30 nautical miles southeast of Datil, New Mexico. The nearest airport with jet fuel is Truth or Consequences, NM at a distance of approximately 35 nautical miles SE of the helibase. One fuel servicing vehicle and driver will be required on site for each helicopter unless both line items are awarded to the same Contractor in which case only one vehicle and driver may be required. Due to the remote location and the lack of lodging, crew members will need to live under field conditions in a fire camp situation as well providing their own food. The primary use of the helicopters will be aerial ignition using plastic sphere dispensing (PSD), with PSD equipment furnished by the government. Secondary uses may include recon/observation, fire suppression, and transport of personnel and equipment throughout the region supporting other projects and fires. In the event that the prescribed fire operations do not go on as planned, the flight time guarantee may be expended by supporting project and fire operations throughout the region. 2. Terms and Conditions a. Aircraft Rental Agreement The resulting contract will be awarded by the issuance of a new contract incorporating the operator's Aircraft Rental Agreement. Terms and conditions for that agreement including all commercial item clauses and provisions, as well as Supplements 1 and 2 shall apply unless otherwise specified herein. Operators that do not currently have an Aircraft Rental Agreement must be capable of meeting the requirements of this agreement. The agreement can be found at http://amd.nbc.gov/west/fcc/ara-toc-w.htm. Information concerning the agreement can be obtained from Aviation Management at 208-334-9310. b. Exclusive Use Period The exclusive use period shall start on the effective date established by a Notice to Proceed issued by the CO or authorized Government representative at least three days in advance of the start date. As much prior notice as possible will be given when available. c. Mutual Extension of Exclusive Use Period Upon mutual agreement by the parties, the CO will modify the contract to extend the exclusive use period on a day-to-day basis, either prior to the established starting date or subsequent to the ending date. The contract terms, conditions, specifications and prices shall apply to such extension. d. Daily Availability During the exclusive use period and any extension, the Contractor shall be in compliance with all contract requirements and available and capable of providing service up to 14 hours each day, as scheduled by the Government. Personnel shall be available a minimum of nine hours each day, or as scheduled by the Government. Pre- and post-flight activities shall be accomplished within the 14- hour duty day. Routine maintenance shall be performed before or after the scheduled 14-hour period, or as permitted elsewhere in the contract. e. Unavailability and Damages The contractor will be unavailable when not in compliance with all contract requirements or are not capable of providing service as scheduled by the government. Unavailability will continue until the contractor has notified the COR that they are available. During periods of unavailability, the Government may obtain replacement services elsewhere and charge the Contractor for any resulting excess costs. The Contractor may be liable for any additional actual damages to the Government resulting from such failure to perform. f. Extended Standby Extended standby is intended to provide the Contractor compensation for employee time when ordered services are provided in excess of the first 9 hours of service. Ordered standby shall not exceed individual crewmembers' daily duty limitations. Extended standby is not intended to compensate the Contractor on a one-to-one basis for all hours necessary to service and maintain the aircraft. The Government will measure extended standby in full hours and will round up to the next whole hour, not to exceed each crewmember's duty limitations specified in Section B of the ARA. Payment for extended standby will be made at the prices set forth in Section 4 below, and as measured above. If unavailability occurs, extended standby will be measured and paid only for full hours of service provided. g. Clauses incorporated by reference (thru Federal Acquisition Circular 2005-24) 52.245-1 Government Property Clauses can be found at http://acquisition.gov/far/index.html h. Guarantee The total hourly guarantee specified in Section 4 will be reduced by 3 flight hours for each day, or portion thereof, that service is listed as unavailable. The guarantee will not be reduced for any day during which 3 or hours of ordered flight are performed. 3. Minimum Requirements ITEM 1 Aircraft Requirements: One Small Helicopter (<7,000lbs GW) with turbine Engine. Carded (or capable of being) for Interagency Fire, Aerial ignition-PSD, External loads; Equipment Requirements: Fuel Servicing Vehicle; Crew Requirements: Pilot-in-command (PIC), Relief PIC (as needed for extensions), Fuel Servicing Vehicle Driver; Reporting Base: Socorro, NM-Work to be performed at Pelona Helibase, 30miles SE of Datil, NM; Use Period: 12 calendar days, between May 1, 2008 and June 30, 2008 Minimum Aircraft Performance Requirements: HIGE of 500 pounds at 25 degrees C at 7,500 feet pressure altitude using a pilot weight of 200 pounds, a 25 pound survival kit and fuel for 1.9 hours. Seating for pilot plus four insured passenger seats (may include copilot seat for aircraft normally single-pilot operated. ITEM 2 Aircraft Requirements: One Small (<7,000lbs GW) Helicopter with turbine Engine. Carded (or capable of being) for Interagency Fire, Aerial ignition-PSD, External loads; Equipment Requirements: Fuel Servicing Vehicle; Crew Requirements: Pilot-in-command (PIC), Relief PIC (as needed for extensions), Fuel Servicing Vehicle Driver; Reporting Base: Socorro, NM-Work to be performed at Pelona Helibase, 30miles SE of Datil, NM; Use Period: 12 calendar days, between May 1, 2008 and June 30, 2008 Minimum Aircraft Performance Requirements: HIGE of 500 pounds at 25 degrees C at 7,500 feet pressure altitude using a pilot weight of 200 pounds, a 25 pound survival kit and fuel for 1.9 hours. Seating for pilot plus four insured passenger seats (may include copilot seat for aircraft normally single-pilot operated. 4. Period of Performance and Pay Items-Offerors may offer pricing on one or both items ITEM 1 - APPROXIMATE USE PERIOD: 12 days between May 01, 2008 and June 30, 2008. OFFERORS SHOULD PROVIDE FLIGHT HOUR PRICING PER HOUR FOR 36 GURANTEED HOURS AND THE RESULTING TOTAL PRICE. Item 1- Flight Rate: Item 1- Extended Amount: OFFERORS SHOULD INCLUDE THEIR ARA AGREEMENT NUMBER (IF ANY) AS WELL AS THEIR PROPOSED: Item 1- Aircraft Rental Agreement: Item 1- Aircraft Make and Model Item 1- FAA Registration Number Item 1- Aircraft Serial Number Item 1- Number of Passenger Seats Item 1- Aircraft Equipped Weight OFFERORS SHOULD INDICATE IF THEY MEET OR EXCEED THE MINIMUM REQUIREMENTS Item 1- Aircraft Meets or Exceeds Minimum Requirements Yes No ITEM 2 - APPROXIMATE USE PERIOD: 12 days between May 01, 2008 and June 30, 2008. OFFERORS SHOULD PROVIDE FLIGHT HOUR PRICING PER HOUR FOR 36 GURANTEED HOURS AND THE RESULTING TOTAL PRICE. Item 2 - Flight Rate: Item 2 - Extended Amount: OFFERORS SHOULD INCLUDE THEIR ARA AGREEMENT NUMBER (IF ANY) AS WELL AS THEIR PROPOSED: Item 2 - Aircraft Rental Agreement: Item 2 - Aircraft Make and Model Item 2 - FAA Registration Number Item 2 - Aircraft Serial Number Item 2 - Number of Passenger Seats Item 2 - Aircraft Equipped Weight OFFERORS SHOULD INDICATE IF THEY MEET OR EXCEED THE MINIMUM REQUIREMENTS Item 2 - Aircraft Meets or Exceeds Minimum Requirements Yes No Extended Standby will be paid at $45.00/hour for pilots and $27.00/hr for fuel service vehicle drivers. Subsistence and other Miscellaneous Costs will be paid in accordance with the Aircraft Rental Agreement. OFFERORS ARE REQUIRED TO CERTIFY THE FOLLOWING STATEMENT BY SIGNING AND RETURNING THIS SECTION WITH THE REQUIRED INFORMATION I certify to the best of my knowledge that the above information is accurate AND I have included the aircraft's (1) weight and balance report, (2) equipment list, and (3) appropriate hover ceiling charts used to validate the above payload. Signature: Date: Company Name: Phone and Fax Number: 5. Submission of Offers To Include: A) Pricing Information identified in "4. Period of Performance and Pay Items" above and signature. B) References/experience information indicating: Name, phone number, work completed, date of work, and number of hours flown. C) Information regarding the aircraft's (1) weight and balance report, (2) equipment list, and (3) appropriate information evaluate the aircraft in accordance with the Minimum Aircraft Requirements above. D) Closing date set for receipt of offers is April 2, 2008 at 2:00pm local time Boise, ID. E) Offers should be faxed to 208-433-5030 prior to the established due date above or mailed to 300 E Mallard Dr., Ste 200, Boise, ID 83706. Put "Solicitation 8008-23" on the front of the offer. 6. Evaluation We will evaluate Offers and select the Contractor based on: A. Evaluated Price. The evaluated price of this project will be: (1) the total estimated cost as identified on the pricing page, plus (2) Any other probable cost to the Government to complete the project. B. Aircraft Capability. We will evaluate the capability of your aircraft on a pass or fail basis. Offers including aircraft capable of meeting the minimum requirements above will pass. Offers including aircraft that fail to meet the minimum aircraft requirements above will fail and receive no further consideration. C. Past Performance. We will evaluate your past performance in rendering aerial ignition services. "Past performance" refers to the quality of your work in the past. We will evaluate your past performance on the basis of information obtained from references and other sources. Our own experience with you, if any, will be given greater weight than reports obtained from others. We will not consider past performance more than three (3) years old. C. Organizational Experience. We will evaluate your experience based on the extent to which you have performed aerial ignition and fire related services. The more recent your experience, and the broader and deeper, the better the evaluation you will receive. In evaluating your experience we will consider only the experience of your firm as an organization. D. Tradeoff Analysis and Contractor Selection The Government may award both items to one or multiple offerors. We will select the Contractor(s) by comparing the acceptable offers with reasonable evaluated prices. We will compare them on the basis of proposed aircraft payload, offeror capability, and evaluated price. If one offer is best on all the factors, then we will select that offer as the best value. If no offer is best on all the factors, then we will consider the differences among offers and make tradeoffs in order to determine which offer is the best value. We will award the contract to the offeror(s) that has the best combination of aircraft payload, offeror capability, and evaluated price. 7. Contact Information. Questions as a result of this requirement should be directed to Matt DeLong at 208-433-5029.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=AS140600&objId=102035)
 
Place of Performance
Address: Socorro, NM
Zip Code: 87801
Country: USA
 
Record
SN01541146-W 20080327/080325225327 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.