SOLICITATION NOTICE
V -- FLIGHT SUPPORT
- Notice Date
- 11/29/2006
- Notice Type
- Solicitation Notice
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-07-T-1012
- Response Due
- 12/12/2006
- Archive Date
- 2/10/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services 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; propos als are being requested and a written solicitation will not be issued. The U.S. Army Yuma Proving Ground, AZ has a requirement to procure flight support services for the U.S. Army Cold Region Test Center, AK. The Request for Quote (RFQ) number is W9124R- 07-T-1012 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-13 and Defense Federal Acquisition Regulations Supplement (DFARS), current to DCN 200601109. This acquisition is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 481211 and the size standard is 1,500 employees. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via government VI SA credit card. Offeror shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following services: Contract Line Item Number (CLIN) 0001-1 Each Flight support to perform system checks. This flight can occur at any time when scheduling permits, but no later than December 31, 2006. This flight will airlift 4-5 people and equipment weighing approximately 150lbs from Bolio Lake Test Complex (63? 538.90N x 145? 5047.20W) to the Oklahoma I mpact area (64? 0117.37N x 146? 1510.1W) and OP-26 (63? 5659.79N x 146? 3004.76W). There may be a need for short-hop flights between the Oklahoma Impact area and OP-26. Total time on the ground will be approximately eight (8) hours. Contract Line Item Number (CLIN) 0002-1 Each Estimated fuel cost for CLIN 0001. Contract Line Item Number (CLIN) 0003-1 Each Flight support to emplace equipment. This flight will be required on or around January 15, 2007. The flight will airlift 5-6 people and equipmen t weighing approximately 150lbs from Bolio Lake Test Complex (63? 538.90N x 145? 5047.20W) to OP-26 (63? 5659.79N x 146? 3004.76W). Total time on the ground will be approximately eight (8) hours. Contract Line Item Number (CLIN) 0004-1 Each Estimat ed fuel cost for CLIN 0003. Contract Line Item Number (CLIN) 0005-1 Each Flight support to perform assessment and recover emplaced equipment. This flight can occur at any time when scheduling permits, but no later than January 31, 2007. This flight will a irlift no more than six (6) people and recovered equipment weighing approximately 150lbs from Bolio Lake Test Complex (63? 538.90N x 145? 5047.20W) to the Oklahoma Impact area and OP-26 (63? 5659.79N x 146? 3004.76W). Total time on the ground will be approximately eight (8) hours. Contract Line Item Number (CLIN) 0006-1 Each Estimated fuel cost for CLIN 0005. Contract Line Item Number (CLIN) 0007-16 Each Additional flight support per hour as required. Not to exceed (NTE) sixteen (16) hours. Contrac t Line Item Number (CLIN) 0008-16 Each Estimated fuel cost per additional flight support hour. Award will be made to the low priced offeror whose proposal meets or exceeds the requirement provided within this notice. The following Federal Acquisition Regul ation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offeror-Commercial items (Sep 2006); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial items (Sep 2006) w ith Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.a f.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial items (Sep 2006); FAR 52.212-5, Contract terms and conditions required to Implement Sta tus or Executive Order-Commercial items (Sep 2006); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FA R 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.222-36, Aff irmative Action for Workers with Disabilities (Jun 1998); 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 Contr actor Registration (Oct 2003); FAR 52.232-36 Payment by Third Party (May 1999). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defens e acquisitions of Commercial Items (Nov 2006). Specific clauses cited in DFARS 52.212-7001 that are applicable to this acquisition are: DFARS 252.225-7036 Buy American Act-North American Free trade Agreement Implementation Act-Balance of Payments Program (Oct 2006). An addendum is incorporated into the solicitation to include DFARS clause as follows: DFARS 252.204-7004 Required Central Contractor Registration (Nov 2003). Any technical questions concerning this requirement shall be e-mailed to Samuel.Colto n@yuma.army.mil by 4:30 Mountain Standard Time (MST) on December 4, 2006. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365-9498. Offers be ing submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Samuel Colton), Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to Samuel.Colton@yuma.army.mil. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 4:30 p.m. MST, December 12, 2006, regardless of method of submission. As a minimum offerors shall include with their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile number and e-mail address, (4) a completed copy of both FAR 52.212-3 Representation s and Certifications Alt I, (5) price (both unit price and total price) to include any applicable freight, tax and fees (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance wit h the technical requirements, and (8) a statement indicating that Government VISA credit card will be acceptable as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Samuel.Colton@yuma.army.mil for notification of any amendments. See Note 22 with the exceptio n that the time period for the receipt of proposals for consideration is 14 days instead of 45 days.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01188035-W 20061201/061129220656 (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 |