Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
DOCUMENT

V -- Helicopter Services in Long Lsland, NY - Statement of Work

Notice Date
7/9/2008
 
Notice Type
Statement of Work
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-08-0093
 
Response Due
7/16/2008
 
Archive Date
7/31/2008
 
Point of Contact
Jason L Wilking, Phone: 612-336-3210
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
NA (i) 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; quotations are being requested and a separate written request for quotation will not be issued. (ii) The reference number is AG-6395-S-08-0093 and the solicitation is issued as a request for proposal (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) This solicitation is set-aside for small business. The associated NAICS code for this effort is 481212 and small business size standard is 1500 employees. (v) This requirement consists of one line item: Line Item One 0001, Estimated Quantity: 66 hours, for Helicopter service as per attached Statement of Work in attachment 01 (vi) Description: Three missions will flown; Flight One: Long Island NY, estimated start date July 23 with an estimated 21 flight hours flown. Flight Two: estimated 23 hours, location Buffalo NY, start date September (actual dates will be provided 14 in advance); Flight three: 45 estimated flight hours, location Long Island NY, Start date: September (actual date will be provided 14 days in advance) (vii) Delivery and acceptance of deliverables will be FOB destination, with a start date estimated to be July 23, 2007, (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: A competitive award will be made to the responsible firm which offers the best value to the Government with Technical and Past performance factors more important then price. Technical factors in include Aircraft airworthiness, Engine hours, Pilot hours (Pilot total hours, Pilot in command hours and hours of Pilot in command in the last 12 months with proposed helicopter). Past performance factors include: Prior experience with similar activities, conforming to specifications, adherence to schedules and customer service. Offeror should supply enough information so evaluator can rate the above factors and provide copies of FAR 135 certificate including tail N, Airworthiness certificate, and Pilot certifications. Failure to provide copies of the certificates with signed offer, may render quote ineligible for award. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http:// www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition; 52.203-3 Gratuities; 52.219-6 notice of Small business set aside; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor – Co-operation with Authorities and remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-50 Combating Trafficking in Persons; 52.225-3 Buy American Act-Free Trade Agreements- Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service contract act of 1965 as amended. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) There are no numbered notes applicable to this solicitation. (xvi) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 1:30 pm central time, Wednesday July 16, 2008. Faxing or emailing quotes is acceptable. (xvii) The assigned Specialist is Jason Wilking. Jason may be reached at Jason.l.wilking@aphis.usda.gov, (612) 336-3210 or by fax, (612) 336-3550.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f3320ea9454d62b456a8b66a6c5258ac&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of work (Statement of work.pdf)
Link: https://www.fbo.gov//utils/view?id=8c71299f9461fa2cece891ecb0717f10
Bytes: 226.08 Kb
 
File Name: Wage determination (wage determination.pdf)
Link: https://www.fbo.gov//utils/view?id=08bf174d28dc97ef81912b07e2319a2d
Bytes: 124.46 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Long Island and Buffalo areas, Long Island and Buffalo Areas, New York, 12345, United States
Zip Code: 12345
 
Record
SN01610069-W 20080711/080709222129-f3320ea9454d62b456a8b66a6c5258ac (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.