Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

W -- AIRCRAFT SUPPORT

Notice Date
8/8/2012
 
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
H92244-12-T-0282
 
Archive Date
9/7/2012
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@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 H92244-12-T-0282. 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 2005-60 effective 26 July 2012. North American Industrial Classification Code (NAICS) 532411 with a standard business size of $7.0 million applies to this procurement. This procurement is Unrestricted. The DPAS rating for this procurementis DO-C9. Section B - Supplies or Services CLIN LINE ITEM NUMBER (CLIN) 0001 Aircraft Support Provide one (1) each CASA-212-200 or aircraft of comparable capability on 17 September 2012 through 21 September 2012. Location: Currituck Airport, NC, Currituck, North Carolina and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Currituck, North Carolina. The contractor shall provide twenty-six (26) hours of aircraft support over a five (5) day period which includes associated positioning and depositioning. QUANTITY: ONE (1) LUMP SUM CLIN LINE ITEM NUMBER (CLIN) 0002 Aircraft Support Provide one (1) each CASA-212-200 or aircraft of comparable capability on 24 September 2012 through 28 September 2012. Location: Currituck Airport, NC, Currituck, North Carolina and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Currituck, North Carolina. The contractor shall provide twenty-six (26) hours of aircraft support over a five (5) day period which includes associated positioning and depositioning. QUANTITY: ONE (1) LUMP SUM Section C - Description/Specifications 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. 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. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52-203-10 Price or Fee Adjustment For Illegal Or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Apr 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes - Alternate I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Alt 1 Changes - Fixed Price Alt 1 (Apr 1984) Aug 1987 FAR 52.246-25 Limitation of Liability - Services Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252-204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Alt III Transportation of Supplies by Sea Alt III May 2002 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 Please note that due to character limitation 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 Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. 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 in descending order of importance: (i) Technical - Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation. (ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects 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. (iii) Price -All line items will be reviewed for price reasonableness. (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 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2011) - Alternate 1 April 2012 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 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 Ana Downes, telephone (757) 893-2722. 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. 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. Questions shall be sent by email the following point of contact: Danyiele Peterson, Contract Specialist; Email address: danyiele.peterson@vb.socom.mil. Quotes must be received no later than 01:00 PM. Eastern Standard Time (EST) on 23 Aug 2012. Quotes received after this time frame will not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at http://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, Attn: Danyiele Peterson, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0282/listing.html)
 
Record
SN02831244-W 20120810/120809000208-1b6ad482e285a19426e35b49f00d6911 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.