MODIFICATION
W -- H92244-07-R-0003
- Notice Date
- 10/26/2006
- Notice Type
- Modification
- 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, VA, 23461-2299, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- H92244-07-R-0003
- Response Due
- 10/27/2006
- Archive Date
- 11/10/2006
- Description
- This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-07-R-0003, and a firm fixed price contract is contemplated. Multiple awards are contemplated. All responsible sources may submit a proposal which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Contract Line Item Number (CLIN) 0001 ? The CASA-212 aircraft or equal shall be ramped and capable of in-flight operations. It must be capable of 4 lifts minimum with 5 lifts preferred per hour to an altitude of 13,000 feet. Jump lights (red/green) must be in cargo compartment for jumpmaster/aircrew coordination. Seats must be side-facing seats (military style canvas/nylon seats with extended length seats) for sixteen (16) jumpers per lift. 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 system (portable or permanent). At a minimum, standard VHF/AM radios are required with UHF radio preferred, if available. The aircraft must be configured for over the ramp static line operations. Aircraft must be configured for day and night HALO operations. The aircraft shall meet the following specifications: The vendor should/will be DoD approved commercial operators to include aircrew certifications and licenses (Part 135 certificated in accordance with DoDD 4500.53), if available or otherwise in accordance with USSOCOM Directive 350-8. The aircraft and crew shall be provided for exclusive use of the Department of Defense as a public aircraft during the period of performance of the contract. The aircrew shall consist of a Captain and a Co-Captain. The aircrew shall be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Daily usage will vary according to training profile requirements, averaging four (4) hours per day; on-site work days are normally Monday through Friday with Saturday used as a weather make-up day as required. Sundays are normally aircraft positioning and de-positioning days. The cost of the contractor?s lodging and per diem shall be included in the firm fixed price. The cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. All aircrew personnel shall be United States citizens with citizenship verifiable by provision of birth record or passport. The vendor shall have insurance coverage to include parachute and HALO operations per DOD certification. It is estimated that a maximum of forty (40) students will attend the training per HALO Proficiency Training session. SubLine Item Number (SLIN) 0001AA Provide Four (4) each CASA-212 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. All costs for positioning and de-positioning are to be included in the proposal. Flight hours are projected at four (4) hours each day for four (4) aircraft for five (5) days for a total of eighty (80) hours. Period of Performance is 30 October 2006 through 3 November 2006. SLIN 0001AB Provide three (3) each CASA-212 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Flight hours are projected at four (4) hours each day for three (3) aircraft for five (5) days for a total of sixty (60) hours. Period of Performance is 6 November 2006 through 10 November 2006. SLIN 0001AC Provide one (1) each CASA-212 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. All costs for positioning and de-positioning are to be included in the proposal. Flight hours are projected at four (4) hours each day for one (1) aircraft for four (4) days for a total of sixteen (16) hours. Period of Performance is 6 November 2006 through 9 November 2006. SLIN 0001AD Provide three (3) each CASA-212 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Flight hours are projected at four (4) hours each day for three (3) aircraft for five (5) days for a total of sixty (60) hours. All costs for positioning and de-positioning are to be included in the proposal. Period of Performance is 13 November 2006 through 17 November 2006. CLIN 0002 C130 aircraft or equal - The cost of getting the aircraft and crew from its home base to and from the place of performance included in the firm fixed price. Specifications are as follows: Vendor should/will be DoD approved commercial operators to include aircrew certifications and licenses (Part 135 certificated in accordance with DoDD 4500.53) if available, or otherwise in accordance with USSOCOM Directive 350-8. Aircraft shall be ramped and capable of in-flight operations. Jump lights (red/green) in cargo compartment for jump master/aircrew coordination. Seating must be troop seats (military style canvas seats and extended length seat belts) for sixty-four (64) jumpers per lift. Permanently installed static line cables ? no temporary installations. Intercom communications between aircrew and jumpmaster. Cargo compartment must be able to accommodate jumpers, instructors, safeties and portable oxygen console. Aircrew shall have oxygen system (portable or permanent). Standard VHF/AM radios required, with UHF radio preferred, if available. Configured for over the ramp operations. C130 with aircrew shall be knowledgeable in current military free fall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Contractor shall have insurance coverage per AMC certification to include parachute and HALO operations. Contractor shall meet AMC requirements for HALO Para-Ops. Flight crew shall be current in accordance with FAAR Part 91. C130 or equal shall be configured for day and night HALO operations. All aircrew personnel shall be United States citizens as per AMC certification with citizenship verifiable by provision of birth record or passport. Avionics to identify winds during climb to exit altitude. Contractor shall meet Federal Aviation Regulation (FAA) requirements in accordance with currency with FAA Part 91. Aircraft shall be provided for the exclusive use of the Department of Defense as a public use aircraft during the contracted period of performance. Aircrew shall consist of a Captain, Co-Captain, Flight Engineer and Safety Observer. Daily usage will vary according to training profile requirements, averaging four (4) hours per day; on-site work days are normally Monday through Friday with Saturday used as a weather make-up day as required. Sundays are normally aircraft positioning and de-positioning days. Training session will take place between the hours of 0800 to 1800 hours at which time the contractor shall have the aircraft ready for operation. SLIN 0002AA Provide One (1) each C130 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. All costs for positioning and de-positioning are to be included in the proposal. Flight hours are estimated at four (4) hours per day for one (1) aircraft for five (5) days for a total of twenty (20) hours. Period of Performance is 30 October 2006 through 3 November 2006. SLIN 0002AB Provide One (1) each C130 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. All costs for positioning and de-positioning are to be included in the proposal. Flight hours are estimated at four (4) hours per day for one (1) aircraft for five (5) days for a total of twenty (20) hours. Period of Performance is 6 November 2006 through 10 November 2006. SLIN 0002AB Provide Two (2) each C130 aircraft, or equal and aircrew to Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training at the Pinal Air Park, Marana,. Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. All costs for positioning and de-positioning are to be included in the proposal. Flight hours are estimated at four (4) hours per day for two (2) aircraft for five (5) days for a total of twenty (20) hours. Period of Performance is 13 November 2006 through 17 November 2006. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13, effective 28 September 2006. North American Industrial Classification Code (NAICS) 532411 applies to this procurement. This procurement is full and open competition. The DPAS rating for this procurement is DOC9. FOB Point is destination. FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) ? Alternate I (Oct 1995) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) 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 will be used to evaluate offers: technical competence, past performance and price. Technical and past performance when combined weighs more than price. Vendors shall submit past performance information to include contract number, Government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on Federal Business Opportunity (FBO). The vendor shall include proof of the following in the proposal: United States (US) citizenship of all persons operating aircraft, insurance coverage which includes parachute and HALO operations and FAA certificate. In addition, vendor shall provide proof of possessing proper clearances and documentation to operate from Department of Defense (DoD) installations as per AMC certification with proposal. The SLIN hours identified for positioning and de-positioning are estimated maximums subject to adjustment based on contractor?s proposal and negotiations. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2006) Email Christine Anderson at christine.anderson@vb.socom.mil to obtain a copy of this clause containing the required fill-ins. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev)(Feb 2006) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) ? Alternate I FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) DFARS 252.211-7003 Item Identification and Valuation (Jun 2005) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)(Oct 2006) DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) 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. Point of contact for this procurement is Thelma Escobar at Thelma.Escobar@vb.socom.mil. All communications regarding this procurement INCLUDING all requests for additional information must be in writing and submitted via email to Thelma Escobar at Thelma.Escobar@vb.socom.mil. Proposals must be submitted to Thelma Escobar fax to (757) 492-7954 or email to thelma.escobar@vb.socom.mil or US postal mail addressed to NSWDG, Attn: Thelma Escobar (Purchasing/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00pm Eastern Standard Time (EST) on 27 October 2006. The Government will make award on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors identified herein. Vendors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
- Place of Performance
- Address: DoD (PTTF), 21514 E. Kodiak Drive, Marana, Arizona
- Zip Code: 85653
- Country: UNITED STATES
- Zip Code: 85653
- Record
- SN01171635-W 20061028/061026221200 (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 |