Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

V -- Purchase of Helicopter Flight Services in Alaska

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
 
ZIP Code
23703-2199
 
Solicitation Number
HSCG44-12-Q-442PC2337R1
 
Archive Date
5/15/2012
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-12-Q-442PC2337R1. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-5. This Procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 481211. The SBA size standard is 1500 EMP. This IS Not A Small Business Set-A-Side. The USCG Command Control and Communications Eng Center C3CEN in Portsmouth Va. intends to Award a Purchase Order Contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Price Proposals with Delivery Information by Apr/30/2012 @7:00AM EST. Delivery Information is to include the Shipping Terms the Offerer is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. Email quotes are acceptable and may be Emailed to the POC James A. Lassiter, Contracting Officer, James.A.Lassiter@uscg.mil. Ph# (757)686-2149 DO NOT FAX RESPONSES. Anticipated Award Date for the PO Contract is Apr/30/2012, this date is approximate and not exact. Schedule B: For Helicopter Transport Services for Persons and Freight Line Item 1: Day 1 Flight Services IAW the Statement of Work below $ Line Item 2: Day 2 Flight Services IAW the Statement of Work below $ Please provide the Total Cost per Line Item, this is to include Services/Time/Fuel and any other associated expenses. The Following FAR Provisions apply to this Acquisition: FAR 52.212-2 Evaluation The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: FAR 52.212-5,Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address: http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. STATEMENT OF WORK START: During the Month of JUNE/2012 (exact date TBD-Weather Permitting) COMPLETE: Expected to be Completed 2 days after Start Date(Weather Permitting) SHORT TITLE: VTS PWS HELICOPTER TRANSPORTATION FOR AIS RECAPITALIZATION PROJECT 1. PLACE(S) OF PERFORMANCE: • Valdez, AK • Potato Point Remote Site AK • Naked Island Remote Site AK • Cape Hinchinbrook Remote Site AK • Pigot Point Remote Site AK 2. REFERENCES: a. Federal Travel Regulations b. Federal Aviation Regulations AIM c. Federal Acquisition Regulations 3. PURCHASE ORDER MANAGEMENT DESIGNATION: The Contractual POC for this PO Contract will be: James Lassiter 757-686-2149 James.A.Lassiter@uscg.mil The C3CEN POCs for this Effort will be: Primary: LT Biann Creque 757-335-8393 Cell Biann.i.creque@uscg.mil Secondary: ET1 Ron McKnight 757-912-6148 Cell Ronald.J.Mcknight@uscg.mil The On-Site/Local VTS Prince William Sound, AK POCs are: Primary: LTJG Allison Ferko 907-835-7209 972-533-8185 Cell Allison.e.ferko@uscg.mil Secondary: Mr. Arthur(AJ) Edwards 907-463-2396 907-723-9978 cell Arthur.j.edwards@uscg.mil 4. DESCRIPTION OF WORK: 4.1. Scope: The Government is requesting helicopter transportation for three persons and 120lbs of equipment daily to and from the places of performance. The trip should be completed in two days, weather permitting, during daylight hours. The contractor must be flexible with scheduling and willing to change dates due to unexpected weather conditions. All flight operations shall be conducted in daytime visual meteorological conditions (VMC) under day visual flight rules (VFR). Day 1: Trip is to include flight time and approximately One hour of standby time at each remote site. • Flight from Valdez, AK to Potato Point (61°3.4'N 146°41.854'W) • Flight from Potato Point to Naked Island (60°38.744'N 147°20.65'W) • Flight from Naked Island to Valdez, AK Day 2: Trip is to include flight time and approximately One hour of standby time at each remote site. • Flight from Valdez, AK to Cape Hinchinbrook (60°14.2333'N 146°38.796'W) • Flight from Cape Hinchinbrook to Pigot Point (60°49.072'N 148°22.7667'W) • Flight from Pigot Point to Valdez, AK The helicopter shall remain on deck during the installation period to facilitate immediate removal of personnel in case of an emergency or deteriorating weather conditions. Due to potential weather situations in the region it is requested that the Contractor be flexible in reference to accommodations for scheduling. 6. Additional Requirements: 6.1 All flight operations shall be conducted in accordance with FAA General Operating and Flight Rules (14 CFR Part 91). The contract must provide us with a FAA licensed pilot with a standard instrument rating. The helicopter provided shall be maintained according to FAA requirements. The contractor shall also provide a contingency plan detailing secondary transportation in case the helicopter suffers mechanical failure on deck at a remote site. The contractor shall provide necessary personal protective equipment (PPE) necessary to conduct safe flight operations in the Alaskan Environment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-442PC2337R1/listing.html)
 
Record
SN02731668-W 20120427/120426000616-ae102d00109900d26fa2bfc803336a42 (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.