Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

99 -- Blade Hours - Military Test Parachuting and Re-Currency Training

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410R1079
 
Response Due
7/19/2010
 
Archive Date
8/3/2010
 
Point of Contact
Keturah Tate 703-432-3720 John WahlContracting Officer(703) 432-3568
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION (Solicitation attached via hyperlink below) for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice and FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Proposal number is M67854-10-R-1079. This RFP documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Acquisition Circular (DAC) 91-13. The NAICS codes for these purchases are 488119 (Other Airport Operations) and 561210 (Facilities Support Services). The Marine Corps Systems Command, Infantry Weapons Systems, will consider all proposals from responsible sources capable of providing the necessary services outlined in the attached solicitation. This notice is for a five year Indefinite Delivery Indefinite Quantity (IDIQ) Contract composed of a base year with four out years. The Marine Corps Systems Command (MARCORSYSCOM), 2200 Lester Street, Quantico, VA 22134 reserves the right to award multiple IDIQ type contracts resulting from this combined synopsis/solicitation. The responsible contractor whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government for the purchase of aircraft blade hours to include parachute facility related services. Basis of award will be determined by means of "Lowest Price Technically Acceptable." The solicitation attached herein reflect the factors that shall be used to evaluate receipt of "Lowest Price Technically Acceptable."This solicitation is seeking to provide a minimum of 15 hours and a maximum of 1000 hours of blade time for the following aircraft capability: One (1) ramp style aircraft capable of supporting sixteen combat equipped parachutists, be equipped with one (1) ramp that extends down to the ground for loading; One (1) wing over side exit style aircraft capable to supporting ten (10) combat equipped parachutists. Raids and Reconnaissance requires the aircraft to be Air Mobility Command (AMC) 34 Military Free Fall (MFF) Jump certified approved on the A3B Paratroop carrier; Federal Aviation Administration (FAA) Regulations Title 14 CFR: Part 91 and Part 135 approved. RAR further requires the aircraft to have two (2) turbo propeller engines for light transportation, fixed tricycle landing gear, propellers with a variable and reversible pitch, capable of ascending to 25,000 feet above ground level (AGL) depressurized, and have oxygen system available onboard for crew/passengers during flight. Qualified Offerors shall be located within a 250 mile radius from Quantico, Virginia. In addition to the minimum requirements stated above, Offerors shall be capable of positioning and de-positioning aircraft to El Centro, California; Gillette, Wyoming; Yuma, Arizona or Dugway, Utah for one to five days, provide RAR 30,000 feet mean sea level (MSL) unrestricted airspace for airdrop testing and allow for unintentional release of cargo in Offeror's controlled airspace. Lastly, Offerors shall have a fully functioning parachute facility that shall provide paraloft and maintenance support to include: a de-briefing room with video monitors, a parachute packing room, a maintenance room with multiple classes (types) of sewing machines for canopy repair, and an oxygen safe room in accordance with Marine Corps Order 3120.11x. The FAR and DFAR provisions and clauses applicable to this procurement are outlined in the solicitation that follows herein via hyperlink. Offerors are reminded to include a completed copy of 52.212-3 Offeror Representations and Certifications - Commerical Items with their proposals. All clauses shall be incorporated by reference in the order. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/ or http://www.acqnet.gov/FAR. Offerors shall submit their proposals as noted in section L of the solicitation. This RFP will close at 3:00 PM (EST) July 19, 2010. Central Contractor Registration (CCR) is required. Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All proposals shall include CCR/ORCA information, FOB Origin, company point of contacts name, email address and phone number, GSA contract number if applicable, proposed delivery schedule and business size. Include CAGE Code, Federal Tax ID, DUNS Number, POC. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. The anticipated award date is not later than July 30, 2010. Only written communications are acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410R1079/listing.html)
 
Record
SN02197887-W 20100709/100707234659-d92bc5b7053cc2632d82ffe555a7dd84 (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.