Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2008 FBO #2505
SOLICITATION NOTICE

V -- OPERATIONAL GROUND SUPPORT

Notice Date
10/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, Oklahoma, 73159-1198
 
ZIP Code
73159-1198
 
Solicitation Number
DJMS-09-Q-0002
 
Point of Contact
Arlene Dee Carlson,, Phone: 2023538348
 
E-Mail Address
arlene.carlson@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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued. Proposals are requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). The solicitation document incorporates provisions and clauses that in effect through Federal Acquisition Circular 2005-27. The United States Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS), requires Operational Ground Support for one each Beech 99A and Saab 2000 turboprop aircraft located at Rafael Hernandez International Airport, Aguadilla, Puerto Rico. This requirement is 100 per cent set-aside for small businesses under NAICS Code 488190. The size standard is $6.5M in sales. The following Contract Line Item Numbers (CLIN) apply: CLIN Description Quantity Period of Performance 0001AA Support for Beech 99A 10 Months 1 Dec 2008-30 Sep 2009 0001AB Support for Saab 2000 10 Months 1 Dec 2008-30 Sep 2009 1001AA Option-Support for Beech 99A 12 Months 1 Oct 2009-30 Sep 2010 1001AB Option- Support for Saab 12 Months 1 Oct 2009-30 Sep 2010 2001AA Option- Support for Beech 99A 12 Months 1 Oct 2010-30 Sep 2011 2001AB Option-Support for Saab 2 Months 1 Oct 2010-30 Sep 2011 3001AA Option-Support for Beech 99A 12 Months 1 Oct 2011-30 Sep 2012 3001AB Option-Support for Saab 12 Months 1 Oct 2011-30 Sep 2012 Description: The work shall be performed in accordance with the following Statement of Work: Operational Ground Support for Beech 99A and Saab 2000 Turboprop Aircraft The contractor shall provide secure, well-illuminated aircraft flight ramp areas with taxiway access, in addition to staging areas with utilities and flight ramp access, as well as parking for 20 vehicles, in support of flight operations based at Rafael Hernandez International Airport, Aguadilla, Puerto Rico. The supported fleet consists of two public-use twin turboprop aircraft; one large 56-passenger Saab 2000 or equivalent and one small 12-passenger Beech 99A or equivalent. The United States Marshals Service, Justice Prisoner and Alien Transportation System (JPATS) anticipates that sixteen (16) SAAB 2000 flights and forty-eight (48) Beech 99A flights will begin and terminate at the support base between the normal work hours of 0700 and 1900 AST, Monday through Friday (excluding Federal holidays) through the specified period of performance. Flight operations outside normal work hours are infrequent but may be required at any time to accommodate mission tasking at the convenience of the government. The staging area exclusive of flight ramp shall comprise at least 1440 square feet and include convenient access to municipal water and sewage lines, non-hazardous waste disposal, 120/240 volt electrical power, and access to telephone / internet utilities and toilet facilities. Maintenance and weekly cleaning, including lavatories, of the staging area shall be provided by the contractor. Access to secure areas for at least 20 individuals shall be controlled by coded or identically keyed points-of-entry. The contractor shall provide a 40 foot by 12 foot storage conex structure or equivalent structure and square footage. Any doors shall have a minimum open width of 12 feet. Air Operations Restricted Area access shall be provided for personnel and equipment subject to Puerto Rico Ports Authority regulations for the purpose of aircraft ground handling and line maintenance, fueling and defueling, preflight & postflight inspection, dispatch and recovery, crew and passenger embarkation/debarkation, and deployment of security personnel. This access shall extend to maintenance personnel and other non-government visitors at the discretion of JPATS. The contractor shall provide on-demand access to a covered facility sufficient in size to accommodate both aircraft simultaneously for maintenance events and related tasks during weather conditions which are deemed inclement by the on site Contracting Officer’s Technical Representative (COTR) or Officer in Charge (OIC). Flight ramp must be located within easy walking distance of the staging area. Access to common areas shall be provided for visitors, couriers, and housekeeping personnel as requested by JPATS. The contractor shall facilitate JPATS Foreign Object Damage (FOD) control policies by sweeping or otherwise policing aircraft dispatch and recovery areas on a weekly basis to prevent aircraft damage by loose or improperly secured objects during ground operation. The contractor shall provide a towable aircraft electrical ground power unit with 115VAC 400HZ output/60K VA minimum capacity plus 28 VDC with a 1000 amp minimum starting capacity and an aircraft tow vehicle with a minimum of at least 6000 lb draw bar pull as requested by JPATS flight crew, maintenance coordinator, or maintenance contractor. The contractor shall clean the cabin, cockpit, galley, and lavatory areas of both aircraft upon completion of each return-to-base flight day, to include trash removal, thorough vacuuming, and the removal of spilled non-hazardous fluid residues. The contractor shall service the Saab 2000 lavatory at the completion of each return-to-base flight day or once weekly if no flights. The contractor shall designate an individual with full authority to act on his behalf as a point-of-contact for 24 hour/7 day coverage in connection with routine operation and in the event of unforeseen contingencies. JPATS shall provide the contractor with contact information for individuals duly authorized to represent JPATS interests and to represent the JPATS Contracting Officer with regard to technical matters. (End of Statement of Work) The award shall be a firm-fixed price contract for approximately ten months with three (3) one-year priced options for renewal of services. The contract shall also contain a not-to-exceed reserve of funds for emergency expenses due to inclement weather or other contingencies. Charges against this fund must be pre-approved by the Contracting Officer’s Technical Representative. The government shall provide a written intent of renewal notice 30 days prior to the expiration of the contract in order to exercise the options. This solicitation invokes the following FAR clauses: FAR 52.212-1 Instructions to Offerors - Commercial Items. FAR 52.212-2, Evaluation--Commercial Items - Areas of evaluation are price and past performance. Award shall be made to the offeror with the lowest evaluated price, including prices of all options, having a record of satisfactory past performance for providing similar services. Satisfactory past performance is defined as the offeror’s past record of providing services that met contract requirements, were performed in a timely manner, and maintained adequate cost/price control. Offerors must submit with their proposal relevant past performance information for at least one job performed within the last year including customer name, point of contact and telephone or internet address. Offerors having no relevant past performance will not be rejected but must provide other information supporting quality, timeliness, and cost effectiveness of operations. A list of major business accomplishments and client references may also be provided. Proposals failing to provide the information requested above shall be rejected. The government reserves the right to make award without discussions. FAR Part 52.212-3, Offeror Representations and Certifications--Commercial Items (offerors must submit a completed copy of representations and certifications with their proposal or be registered with ORCA). The contract shall contain the following FAR clauses: FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders --Commercial Items. The following clauses within FAR 52.212-5 are applicable to the resulting contract: 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-50, 52.225-1 and 52.232-33. Department of Labor Wage Determination 05-2461, Revision 7, dated 29 Jul 2008 shall apply to the resulting contract. Additional FAR clauses that shall apply are 52.217-8 and 52.217-9. Offerors are required to submit proposals to US Marshals Service, ATTN: Procurement Office, MSD, Arlene Dee Carlson, Contracting Officer, CS#3, Room 1019,Washington, DC 20530. Fax: 202-307-9596 or E-mail: arlene.carlson@usdoj.gov. Submission of proposals by Fax or E-mail is preferred. Any questions prior to proposal due date must be submitted in writing, via fax or email no later than 18 October 2008. Proposal due date is 1:00 PM, EST, 27 October 2008. Numbered note 1 is applicable.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4ba0aa6c6217589dd105b40ab4c698ed&tab=core&_cview=1)
 
Place of Performance
Address: Aguadilla, Puerto Rico, United States
 
Record
SN01687800-W 20081005/081003221038-4ba0aa6c6217589dd105b40ab4c698ed (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.