Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

W -- Short Term Helicopter Lease - Work Statement

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-11-0033
 
Archive Date
2/18/2011
 
Point of Contact
Jason L Wilking, Phone: 612-336-3210
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work and specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement along with Request for Quotations (RFQ) Number AG-6395-S-11-0033 constitutes the entire solicitation. Proposals and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. This acquisition is a total small business set-aside. Responses are due on or before 3:00 pm Central, February 3, 2011. The North American Industry Classification System (NAICS) code is 532411 and the related small business size standard is $7 m or less. The USDA APHIS requires the short term lease of a Helicopter in accordance with attached statement of work. The quote will consist of one line item. Line item 001 will be a firm fixed price per flight hour to lease a helicopter as per attached statement of work. The estimated flight hours to be used during the period of performance are 150 hours. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation - Commercial Items, 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52,232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and 52.245-2 Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Offers will be reviewed to determine which quote represents the best value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the USDA in terms of the following evaluation criteria (offerors are encouraged to provide enough information so an evaluator can evaluate the following factors) : 1.Technical factors: a) Aircraft time and engine time since new or rebuilt, b) Maintenance history and overall aircraft appearance. 2) Past performance: includes record of conforming to specifications and customer service. Adherence to contract schedules, including the administrative aspects of performance. 3). Price.. Although price will be a factor in the award decision, the award may not necessarily be made to that offeror submitting the lowest price. Technical and past performance, when combined, are more important the price. All proposal information and quotation shall be submitted no later than 3:00 p.m., central time, February 3, 2011, and be clearly marked with Request for Quotation Number AG-6395S-11-0033. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. All offers may be faxed (fax number 612-336-3550), emailed to jason.l.wilking@aphis.usda.gov or mailed to USDA APHIS MRPBS ASD, Butler Square West, 100 North 6th Street, Minneapolis, MN 55403. Quotes should contain Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. The Point of Contact for this requirement is Jason Wilking, Contract Specialist, at (612) 336-3210.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-11-0033/listing.html)
 
Place of Performance
Address: Montana Statewide, Denton, Montana, United States
 
Record
SN02363100-W 20110122/110120234120-df79ff0af48695cb0011b1d90acfb81d (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.