Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2006 FBO #1810
SOLICITATION NOTICE

W -- AIR SUPPORT

Notice Date
11/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92236-07-Q2005
 
Response Due
11/14/2006
 
Archive Date
11/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This 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 constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation, H92236-07-Q2005 issued as a request for quotation (RFQ), and 100% Set Aside for Small Business concerns. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The associated NAICS is 481211 (1500). This synopsis/solicitation is for Commercial Services. CLIN 0001, Provide Air and Crew Support for the US Special Operations Command, to conduct parachute jump training for fifteen (15) equipment laden jumpers. Training location is Marana Arizona, training period of performance will be daily during 25 Nov 2006 through 09 Dec 06. Estimated TAC hrs will be 40 hrs, Estimated Ferry Time will be 22 hours from Deland Florida to Marana Arizona and return. The contractor shall have and maintained for at least 1 year, Federal Aviation Administration Certification under FAR Part 135 prior to submission of offer and pass Air Mobility Command inspection prior to award of contract. Contractor must provide CASA 212 air support, able to perform at a minimum four (4) lifts per hour, to an altitude of 25,000 MSI. Aircraft must have a ramp. Jump lights (Red/Green)in cargo compartment for jumpmaster/crew coordination are required. Seating in aircraft must be troop seats for 15 jumpers per lift. Intercom communication between aircraft and jumpmaster is required. Cargo compartment must be able to accommodate jumpers, instructors, safeties, and portable oxygen console. Aircrew must have oxygen system (portable or permanent). Standard VHF/UHF radios required (UHF preferred). CASA 212 aircrew must be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Support aircrew must have had recent (within 30 days) military HALO/MFF contracts with documented satisfactory performance. Contractor must have applicable insurance coverage for parachute and HALO operations, and must meet FAA FAR requirements for HALO Para-Ops. CASA 212 must be configured for day and night HALO parachute operations. This Request for Quote is anticipated to result in a Firm Fixed Price (FFP) contract. Vendor shall submit past performance information to include contract number, Government Point of Contact information, description of services provided, unit of issue, unit price and extended price. Past performance shall be current, within the last fiscal year. Only those offers evaluated as Pass will be further evaluated and considered for award. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. The following provisions and clauses are applicable to this acquisition. FAR 52.212-1 Instructions to Offeror Commercial Items, FAR 52.212-2 Evaluation Commercial Items, FAR 52.212-3 Offeror Representation and Certifications Commercial Items and DFARS 252.212-7000. Representation and certifications shall be submitted through Online Representation and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items . FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government; FAR 52.204-6 Data Universal Numbering System (DUNS) Number, FAR 52.204-7 Central Contractors Registration, FAR 219-8 Utilization of Small Business Concerns, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Alt Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222.36 Alt 1 Affirmative Action for Workers with Disabilities Alt 1, FAR 52.222-39 Notification of Employees Rights Concerning Payment of Union Dues or Fees, FAR 52.222-41 Service Contract Act of 1965 as Amended, FAR 52.217 Evaluation of Options, FAR 52.225-13 Restriction of Certain Foreign Purchases, and FAR 52.222-3 Convict Labor. Additionally, DFARS 252.232-7003 Electronic Submission of Payment Request. QUOTES ARE DUE: Quotes shall be received at USSOCOM Regional Contracts Office-Pope, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308, not later than 10:00 a.m. EST, 14 Nov 2006. Electronic submission is the only acceptable method of submitting your quote. Email quote to burgessc@jdi.army.mil. It is the offerors responsibility to confirm receipt of complete submission package. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization, with schedule of offered services. (2) Representation and Certifications, (3) Pass Performance Documentation (4) Acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps. Any questions referencing this synopsis/solicitation must be submitted in writing and forwarded via email to burgessc@jdi.army.mil, not later than 13 Nov 06. The point of contact for this requirement is Mrs. Connie Burgess, Contracting Officer at (910)2431345, email address burgessc@jdi.army.mil.
 
Place of Performance
Address: BLDG 3-1947 MALVESTI RD, POPE AFB NC
Zip Code: 28308
Country: UNITED STATES
 
Record
SN01178604-W 20061110/061108221314 (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.