Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

W -- Lease of CASA-212 and C130 Aircraft

Notice Date
5/20/2008
 
Notice Type
Modification/Amendment
 
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, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-08-T-0105
 
Response Due
5/22/2008 12:00:00 PM
 
Point of Contact
Christine G. Anderson, Phone: 757-893-2715
 
E-Mail Address
christine.anderson@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO REVISE CLIN 0005 AS FOLLOWS: CLIN 0005 Economic Price Adjustment (EPA) FFP for Clin 0001 (Slins 0001AA through 0001AE) and Clin 0002 (Slins 0002AA through 0002AC) The pricing is predicated on a fuel cap of $5.00/gallon. Any fuel cost exceeding $2.75/gallon will be billed at actual cost back to the government under the EPA clause. QUANTITY 1 LOT $50,000.00 NTE **************************************************** This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-08-T-0105. A firm fixed price contract is contemplated. All responsible sources may submit a proposal which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25 effective 22 April 2008. North American Industrial Classification Code (NAICS) 532411 with a standard business size of $6.5 million applies to this procurement. This procurement is a total small business set-aside. The DPAS rating for this procurement is DO-C9. CLIN 0001 CASA-212 aircraft FFP or aircraft of comparable capability and aircrew to support simultaneous Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training in multiple locations. 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 pre-dawn (hours of 0400 to 0900) and after dusk (hours of 1700 to 2000) HALO operations. The contractor shall be a DoD approved commercial operator 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. FOB: Origin SLIN 0001AA FFP Provide One (1) each CASA-212 or aircraft of comparable capability on 29 May 2008 through 2 June 2008. Location: Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Four (4) hours per day not to exceed a total of twenty (20) flight hours for the week. QUANTITY 20 HOURS FOB: Origin Purchase Request Number: V4789880954142 SLIN 0001AB FFP Provide One (1) each CASA-212 or aircraft of comparable capability on 29 May 2008 through 2 June 2008. Location: Currituck County Airport, Currituck, North Carolina and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Currituck, North Carolina. Four (4) hours per day not to exceed a total of twenty (20) flight hours for the week. QUANTITY 20 HOURS FOB: Origin Purchase Request Number: V4789880954143 SLIN 0001AC FFP Provide Four (4) each CASA-212 or aircraft of comparable capability on 18 August 2008 through 29 August 2008. Location: Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Four (4) hours per day per aircraft not to exceed a total of one-hundred sixty (160) hours for the period of performance. QUANTITY 160 HOURS FOB: Origin Purchase Request Number: V4789881164562 SLIN 0001AD FFP Provide Two (2) each CASA-212 or aircraft of comparable capability on 1 September 2008 through 5 September 2008. Location: Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Four (4) hours per day per aircraft not to exceed a total of forty (40) hours for the week. QUANTITY 40 HOURS FOB: Origin Purchase Request Number: V4789881164562 CLIN 0002 C130/L-382 aircraft FFP C130/L-382 aircraft or aircraft of comparable capability and aircrew to support simultaneous MFF HALO Proficiency Training in multiple locations. 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 pre-dawn (hours of 0400 to 0900) and after dusk (hours of 1700 to 2000) HALO operations. The contractor shall be a DoD approved commercial operator 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 FFP Provide One (1) C130/L-382 or aircraft of comparable capability on 29 May 2008 through 2 June 2008. Location: Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Four (4) hours per day not to exceed a total of twenty (20) flight hours for the week. QUANTITY 20 HOURS FOB: Origin Purchase Request Number: V4789880954138 SLIN 0002AB FFP Provide One (1) each C130/L-382 or aircraft of comparable capability on 1 September 2008 through 5 September 2008. Location: Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Five (5) flight hours per day not to exceed a total of twenty-five (25) flight hours for the week. QUANTITY 25 HOURS FOB: Origin Purchase Request Number: V4789881164561 CLIN 0003 Positioning Costs FFP for Clin 0001 (Slins 0001AA through 0001AD) and Clin 0002 (Slins 0002AA through 0002AB) QUANTITY 1 LOT $40,000.00 NTE CLIN 0004 De-Positioning Costs FFP for Clin 0001 (Slins 0001AA through 0001AD) and Clin 0002 (Slins 0002AA and 0002AB) QUANTITY 1 LOT $40,000.00 NTE CLIN 0005 Economic Price Adjustment (EPA) FFP for Clin 0001 (Slins 0001AA through 0001AD) and Clin 0002 (Slins 0002AA through 0002AB) The pricing is predicated on a fuel cap of $5.00/gallon. Any fuel cost exceeding $5.00/gallon will be billed at actual cost back to the government under the EPA clause. QUANTITY 1 LOT $50,000.00 NTE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001AA POP 29-MAY-2008 TO 2-JUN-2008 20 HOURS U.S. SPECIAL OPERATIONS COMMAND 21514 EAST KODIAK DRIVE MARANA, AZ 85653 FOB: Origin 0001AB POP 09-JUNE-2008 TO 13-JUNE-2008 20 HOURS CURRITUCK COUNTY AIRPORT DAN SCANLON 290 AIRPORT ROAD MAPLE NC 27929 FOB: Origin 0001AC POP 18-AUGUST-2008 TO 29-SEPTEMBER-2008 160 HOURS U.S. SPECIAL OPERATIONS COMMAND 21514 EAST KODIAK DRIVE MARANA, AZ 85653 FOB: Origin 0001AD POP 01-SEPTEMBER-2008 TO 05-SEPTEMBER-2008 40 HOURS U.S. SPECIAL OPERATIONS COMMAND 21514 EAST KODIAK DRIVE MARANA, AZ 85653 FOB: Origin 0002AA POP 29-MAY-2008 TO 02-JUNE-2008 20 HOURS U.S. SPECIAL OPERATIONS COMMAND 21514 EAST KODIAK DRIVE MARANA, AZ 85653 FOB: Origin 0002AB POP 02-JUNE-2008 TO 06-JUNE-2008 20 HOURS U.S. SPECIAL OPERATIONS COMMAND 21514 EAST KODIAK DRIVE MARANA, AZ 85653 FOB: Origin 0002AC POP 01-SEPTEMBER-2008 TO 05-SEPTEMBER-2008 25 HOURS U.S. SPECIAL OPERATIONS COMMAND 21514 EAST KODIAK DRIVE MARANA, AZ 85653 FOB: Origin 0003 POP 29-MAY-2008 TO 05-SEPTEMBER-2008 1 LOT SEE SLINS 0001AA THROUGH 0001AE AND 0002AA THROUGH 0002AC 0004 POP 29-MAY-2008 TO 05-SEPTEMBER-2008 1 LOT SEE SLINS 0001AA THROUGH 0001AE AND 0002AA THROUGH 0002AC CLAUSES CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-2 Certificate of Independent Price Determination (Apr 1985) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) FAR 52.204-7 Central Contractor Registration (JUL 2006) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Commercial Items (AUG 2007) (DEVIATION) FAR 52.216-1 Economic Price Adjustment (APR 1984) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-9 Small Business Subcontracting Plan (NOV 2007) FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Aug 2007) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 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 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 Rights Concerning Payment of Union Dues or Fees FAR 52.222-41 Service Contract Act of 1965, as amended (JUL 2005) FAR 52.222-50 Combating Trafficking in Persons (Aug 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.233-2 Service of Protest (Sep 2006) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.246-25 Limitation of Liability - Services (Feb 1997) FAR 52.249-2 Termination for Convenience of the Government (Fixed Price)(May 2004) FAR 52.249-8 Default (Fixed-Price Supply & Service)(APR1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) DFARS 252.204-7004 Central Contractor Registration (NOV 2003) ALT A ALT A DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 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: Price, past performance and performance schedule. Performance schedule and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252.2 Clauses Incorporated By Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (AUG 2007) Alternate I (APR 2002) 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 Rick Smith, telephone (757) 893-2701. SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) 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. Quotes must be received no later than 12:00 p.m. Eastern Standard Time (EST) on 23 May 2008. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Questions shall be sent to the following point of contact: Christine Anderson, Contract Specialist; Email address: christine.anderson@vb.socom.mil 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c0d65bb8ad353faec0b7633419ee90a7&tab=core&_cview=1)
 
Place of Performance
Address: Various locations as described in the solicitation., Marana, Arizona, 85653, United States
Zip Code: 85653
 
Record
SN01577472-W 20080522/080520222910-c0d65bb8ad353faec0b7633419ee90a7 (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.