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 -- LEASE OF AIRCRAFTS

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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
H92244-09-T-0035
 
Archive Date
11/27/2008
 
Point of Contact
Ana M Diaz,, Phone: 757-893-2722
 
E-Mail Address
ana.diaz@vb.socom.mil
 
Small Business Set-Aside
N/A
 
Description
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 H92244-09-T-0035. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 effective 17 October 2008. North American Industrial Classification Code (NAICS) 532411 with a standard business size of $6.5 million applies to this procurement. This procurement is Unrestricted. The DPAS rating for this procurement is DO-C9. Based on various performance periods multiple awards may be made. CLIN LINE ITEM NUMBER (CLIN) 0001 Lease of CASA-212 aircraft or aircraft of comparable capability and aircrew to support simultaneous Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training in multiple locations in the same geographic region to provide for various jump groups and locations with each lift. 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 aircraft configuration must include night lighting safety features for high altitude low opening jumps which are common commercially as well as in government jump parlance. The contractor shall be a DoD approved commercial operator to include aircraft certifications and licenses (CFR Part 135) certified in accordance with Department of Defense Instruction (DoDI) 4500.53) if available, or otherwise in accordance with USSOCOM Directive 350-8 (available upon request). 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. All aircrew must be familiar with the coordination necessary for 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 (CFR Part 135) certified in accordance with Department of Defense Instruction (DoDI) 4500.53. 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 0001AA FFP Provide one (1) each CASA-212 or aircraft of comparable capability on 17 November 2008 through 19 November 2008. Location: Currituck County Airport, Currituck, North Carolina and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Currituck, NC. Approximate average is four (4) hours per day for three (3) days for a not to exceed total of twelve (12) hours for the week. Associated positioning and depositioning are incorporated under this SLIN. QUANTITY: ONE (1) LUMP SUM CLAUSES CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government (SEP 2006) - Alternate I (OCT 1995) FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2008) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Commercial Items (SEP 2008) (DEVIATION) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) 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 (DEC 2004) FAR 52.222-50 Combating Trafficking of Persons (AUG 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-17 Interest (OCT 2008) FAR 52.232-23 Assignment of Claims (JAN 1986) 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 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) 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 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (MAR 2008) DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 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 5652.204-9000 Individual Authorized to Sign (2003) 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 ability to meet performance schedule identified in Section B. Performance schedule and past performance, when combined, are approximately equal to cost or price. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (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 (JUN 2008) Alternate I (APR 2002) DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JUN 2005) 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 Leigh Walker, telephone (757) 893-2713. SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5647.402-9000 Flight Service Contract Distribution and Reporting (FEB 2007) 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 9:00 a.m. Eastern Standard Time (EST) on 12 November 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: Ana Diaz, Contract Specialist; Email address: ana.diaz@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=8c64a10b7207376000ba74fccce8107e&tab=core&_cview=1)
 
Record
SN01701081-W 20081107/081105215129-8c64a10b7207376000ba74fccce8107e (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.