Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

W -- Helicopter Flights and Support

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AR8094B001
 
Response Due
4/25/2008
 
Point of Contact
Joel A. Fada, Phone: 661-277-8450
 
E-Mail Address
joel.fada@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Open Competition – Combined Synopsis/Solicitation – F1S0AR8094B001 This is a combined synopsis/solicitation for commercial service prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and DFARs Change Notice (DCN) 2008-03-31. NAICS is 532411 with a small business size standard of $6,500,000.00 annual revenue. Solicitation is for commercial purchase. This acquisition is a 100% small business set-aside. AFFTC/PK, Edwards Air Force Base, CA is seeking potential sources capable of providing the following service: Helicopter flights and related support. REQUIREMENTS: 1.0 Description of Services 1.1 Flight support of 5 separate sorties, 2 hours in duration flown from the Mojave CA airport. Flights will occur between April 2008 and September 2008. The helicopter, Bell 212, will fly on pre-coordinated and scheduled routes and at safe operating speeds and altitudes. No flight envelope expansion is required. A GPS recording system, G-Lite, will be installed in the helicopter to record the helicopters Time, Space, Position Information (TSPI) for post flight analysis. 1.2 The contractor shall provide the helicopter, fueled and maintained, as well as a qualified pilot to fly the helicopter. Flights will be scheduled in advance to meet program requirements. 1.3 The Bell 212 helicopter must be able to operate within the same flight capabilities of an UH-1H helicopter. Helicopter must be VHF radio equipped. Pilot must be qualified and capable of remaining on flight conditions, speed and altitude, as required by the program, and able to operate within the R-2508 flight guidelines. Flight will be scheduled one week in advance to match the program requirements. The flight will be under the control of the test conductor located in the Test Control Element (TCE) located on Mojave airport. 1.4 The contractor with assistance from Edwards range personnel will install a GPS positioning system recording device provided by Edwards. The data on this recorder is unclassified Time, Space, and Position Information (TSPI) and will be retrieved by the program after each flight. This data will be processed post flight to insure compliance with prescribed flight parameters. 1.5 The normal 2 hours of flight support will be required between 10:00 and 14:00 local as required by the program. Control of the flight will be as directed by the test conductor and communications will be via VHF radio communications. Preflight and post flight check-out and maintenance will be the contractor’s responsibility. Access to the helicopter preflight and post flight by Edwards GPS specialists will be required. No other helicopter flight data is required other than the recorded GPS TSPI. 2.0 Government Furnished Equipment or Facilities 2.1 The government will provide a GPS recording system (G-Lite) for installation into the helicopter. Instrumentation assistance will also be provided by the government to assist in the installation of the recorder. Data recording cards will be provided by the government prior to each flight and retrieved post flight. The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 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 shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions – Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007) 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons (Aug 2007) 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.225-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (May 2002) 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000 Contractor Access to Air Force Installations (June 2002) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Joel Fada @ 661-277-8450), no later than COB 25 Apr 2008. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call to verify that I have received the fax) or e-mail address: joel.fada@edwards.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a6a4261c749d73486a4f79ff6dd2d49d&tab=core&_cview=1)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN01557676-W 20080423/080421214555-a6a4261c749d73486a4f79ff6dd2d49d (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.