Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

W -- PROVIDE AIR SUPPORT SERVICES

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F3MT248310A100
 
Response Due
11/21/2008 10:00:00 AM
 
Archive Date
12/6/2008
 
Point of Contact
Diane N Williams,, Phone: 910-243-2176
 
E-Mail Address
williamsdi@jdi.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Purchase Request F3MT248310A100 is issued as a Request for Quotation (RFQ), and is 100% Set Aside for Small Business Concerns. This solicitation document incorporates provisions and clauses in effect through Federal Acquisitions Circular 2005-27. The associated North American Industrial Classification Standard (NAICS) Code is 481219, Size Standard $6.5 Million. This acquisition is to be a firm fixed price (FFP) type contract. CLIN 0001 Provide Air Crew Support for the US Special Operations Command, to conduct parachute jump training for 15 equipment laden jumpers. CLIN 0002 Aircraft postioning/de-postioning from contractor's location to training site Marana AZ. Training location is Marana Arizona. Training period of performance will be daily during 1 - 12 Dec 2008. Estimated TAC hrs will be 75. The contractor shall have and maintained for at least 1 year, Federal Aviation Administration Certification under FAR Part 91 prior to submission of quote and pass Air Mobility Command inspection prior to award of contract. Contractor must provide CASA 212 or equivalent air support, able to perform at a minimum four (4) lifts per hour, and attain an altitude of 25,000 MSI. Aircraft must have a ramp. Jump lights (Red/Green) in cargo compartment for jumpmaster/crew coordination are required. Seating in aircraft must be troop seats for 16 jumpers per lift. Intercom communication between aircraft and jumpmaster is required. Cargo compartment must be able to accommodate jumpers, instructors, safeties, and portable oxygen console. Aircrew must have oxygen system (portable or permanent). Standard VHF/UHF radios required, (UHF preferred). Aircrew must be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmasters interface/coordination. Support aircrew must have recent (within 30 days) military HALO/MFF contracts with documented satisfactory performance. Contractor must have applicable insurance coverage for parachute and HALO operations, and must meet FAA FAR requirements for HALO Para-Ops. CASA 212 or equivalent must be configured for day and night HALO parachute operations. This Request for Quote is anticipated to result in Firm Fixed Price (FFP) contact. Vendor shall submit past performance information to include contract number, Government Point of Contact information, description of services provided, unit of issue, unit price and extended price. Past performance shall be current, within the last fiscal year. Only those offers evaluated as Pass will be further evaluated and considered for award. The following factors will be used to evaluate offers; (1) Past Performance (2) Price (3) Delivery. The factor of past performance is slightly more important than price, price slightly more important than delivery. Offer shall provide at least two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR 52.204-7 Central Contractor Registration, FAR 52.212-2, Evaluation Commercial, is applicable to this requirement with the following Clause agenda to paragraph (a), The government will award a contract(s) resulting from the solicitation to the responsible offeror(s) conforming to this solicitation will be most advantageous to the Government, price and other factors considered. FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items. Online Representations and Certifications (ORCA) are considered acceptable to meet this clause requirement; otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.232-33 Payment by Electronic Funds Transfer, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. The Government reserves the right to cancel this Request for Quotation at any time. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price and total price. (2) Representation and Certifications compliant with FAR Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used. (4) Evidence of technically acceptability, delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 21 Nov 2008. The preferred method for submitting quotes is by email (williamsdi@jdi.socom.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)243-0249 the POC for confirmation is Diane Williams at (910)243-2176. Any questions referencing this solicitation will be submitted in writing via email at williamsdi@jdi.socom.mil, not later than 14 Nov 2008. The point of contact for this solicitation is Diane Williams, Contract Specialist at (910)243-2176 or email listed above. Point of Contact Diane Williams, Contract Specialist, Phone 910-243-2176, Fax 910-243-0249, Email williamsdi@jdi.socom.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be0c4c8af57aa9c4c0cd6d9aedde11b8&tab=core&_cview=1)
 
Place of Performance
Address: PARACHUTE TACTICAL TRAINING FACILITY, MARANA, Arizona, 85652, United States
Zip Code: 85652
 
Record
SN01700917-W 20081107/081105214852-be0c4c8af57aa9c4c0cd6d9aedde11b8 (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.