Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
MODIFICATION

W -- Mi-8 / Mi-17 Aircraft Lease - Amendment 1

Notice Date
7/9/2009
 
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, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-09-R-0035
 
Archive Date
8/4/2009
 
Point of Contact
Frederick G Marsh, Phone: 813-826-7975, Dianne Ohlandt, Phone: 813-826-1065
 
E-Mail Address
frederick.marsh@socom.mil, dianne.ohlandt@socom.mil
(frederick.marsh@socom.mil, dianne.ohlandt@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers for Mi-17 Solicitation Amend Mi-17 Performance Work Statement This is an unrestricted combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is H92222-09-R-0035 and is issued as a Request for Proposal (RFP). United States Special Operations Command (USSOCOM) intends to award a Firm-Fixed Price contract for the lease of four (4) Mi-8, Mi-17,. This is a brand name acquisition pursuant to the authority of FAR 6.302-1, Only One Responsible Source and No other Supplies or Services Will Satisfy Agency Requirements. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, effective 15 Jun 2009 and DFARS Change Notice (DCN) 20090115 effective 15 Jan 2009. The North American Industry Classification System (NAICS) code is 532411, Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing. The size standard is $7,000,000.00 annual revenue. Defense Priorities and Allocations System (DPAS) rating is DO-A1. Product Service Code is W015. DoD Claimant Program Code is S10. These codes will apply to the resulting order. Place of Performance: AFSOC/A5R, 100 Bartley Street, Suite 243W, Hurlburt Field FL, 32544-5273. Attachment 0001, Solicitation H92222-09-R-0035. Attachment 0001 provides prospective offerors with additional solicitation details including solicitation provisions and contract clauses, Contract Line Item Numbers (CLINs), items, quantities and units of measure, Performance Work Statement describing minimum technical requirements, and evaluation criteria. Attachment 0002, Contract Data Requirements List. Delivery to place of performance is required by 1 October 2009. This solicitation incorporates one or more clauses by reference, with the same force and effect as if in full text. Full text of a clause may be accessed electronically at: http://farsite.hill.af.mil/ or http://www/arnet.gov/far/. The provisions at 52.212-1, Instructions to Offeror Commercial Items applies to this acquisition. Offerors shall include a completed copy of the provisions at 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7001, Offeror Representations and Certifications-Commercial Items, with its offer. Other applicable FAR and DFARS commercial clauses and addenda are described in Attachment 1. CAUTION: This solicitation will be issued only through this synopsis. The desired Period of Performance for the Mi-8, Mi-17 helicopter aircraft lease is from 1 October 2009 through 31 March 2010 with two three month options. Options to increase flight hours during the period of performance are also included. IAW SOFARS 5652.215-9014, Basis for Award-Lowest Price Technically Acceptable Proposal (2003), award of the contract resulting from this solicitation will be made to the responsible offeror whose offer is in full compliance with all requirements set forth in the solicitation and is the lowest price technically acceptable offer. Offers must be technically acceptable based on the factors below to be eligible for award. Offer must demonstrate that aircraft, technical data, unique ground support equipment and special tooling, logistics sustainment, technical support, hull insurance, and monthly reports meet the threshold requirements of the performance work statement. The offer must fully describe the aircraft, equipment, tooling, spares, logistics and maintenance approach to meeting all threshold requirements by the start date of 1 October 2009. Evidence of hull insurance, airworthiness certification, and inspections shall be included in the offer. The Government reserves the right to judge which offers show the required capability. 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 evaluation quantities for the flight hour option clins are as follows: CLIN 0002 flight hour quantity is 120 for the six-month base period; CLIN 0004 flight hour option one quantity is 60 for the three month period of performance; and CLIN 0006 flight hour option two quantity is 60 for the three month period of performance. These quantities are for evaluation purposes only and do not obligate the Government to order these quantities. The Government reserves the right to order more or less than the quantities used in evaluation. 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). Proposals are due not later than 10 A.M. EDT on 20 JULY 2009. Offerors shall deliver proposals electronically to the email address provided for the point of contact below. Proposals and all questions concerning this RFP must be submitted in writing via email to Ms Dianne C. Ohlandt, dianne.ohlandt@socom.mil with information copy to Frederick Marsh at frederick.marsh@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-09-R-0035/listing.html)
 
Place of Performance
Address: AFSOC/A5R, 100 Bartley Street, Suite 243W, Hurlburt Field, Florida, 32544-5273, United States
Zip Code: 32544-5273
 
Record
SN01870332-W 20090711/090710000035-e29b36fd3b45ae95eca442cb32204149 (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.