Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

V -- FLIGHT HOURS & BILLETING - COMBINED SYNOPSIS/SOLICITATION

Notice Date
8/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
 
ZIP Code
28547-8368
 
Solicitation Number
M67001-12-Q-0282
 
Archive Date
9/30/2012
 
Point of Contact
Tremakia N. Summerlin, Phone: 9104513072
 
E-Mail Address
tremakia.summerlin@usmc.mil
(tremakia.summerlin@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial service(s) prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. Solicitation number M6700112Q0282 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60, July 2012 and Defense Acquisition Circular DAC 91-13, April 1998. This procurement is 100% set aside for Small Businesses. The North American Industrial Classification System (NAICS) code for this requirement is 481211 and the small business size standard is 1,500 employees. This requirement is being procured utilizing FAR Part 13 procedures. This procurement is for the purchase of flight hours/parachute training aboard a CASA 212 aircraft, for 2 nd Marine Division, Camp Lejeune, NC. Evaluation and Basis for Award : Award will be made based upon the lowest-priced technically acceptable. The Government intends to make a single firm-fixed price award to satisfy the requirement. Technical acceptability will be determined by meeting the CLIN specifications and period of performance requirement. Contractor shall be a DoD-approved intrastate paratroop carrier. Pricing Quote Submission : The Government will conduct the price evaluation required by FAR 13. a. The vendor's submitted price quote must reflect the unit prices and extended/overall amounts. b. All submitted pricing must be actual "face-value" pricing, having already accounted for any discounts quoted/extended to the Government. All quotes submitted shall be vendor's final and best pricing. Period of Performance : 10 - 21 September 2012. Wide Area Work Flow : As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense (DoD) web-based software application titled Wide Area Work Flow - Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. WAWF-RA allows for complete visibility throughout the acceptance and payment process. The website for registration is https://wawf.eb.mil. WAWF-RA training can be accessed at http://www.wawftraining.com. Vendors are required to provide their DUNS Number, Tax ID Number, and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Vendors are required to be registered in the Central Contractor Registration (CCR), and registered, or willing to register, in Wide Area Work Flow databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All responsible sources may submit a response which, if timely received, must be considered by the agency. The vendor is responsible for ensuring that their submitted quote has been received and is legible. Vendors bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The vendor bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Contract Provisions/Clauses : The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions incorporated by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.acquisition.gov/far & http://www.acq.osd.mil/dpap/dars/index.htm l 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far & http://www.acq.osd.mil/dpap/dars/index.htm l (End of Clause) Clauses incorporated by reference: 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certifications--Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items 52.219-1 Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-6 Drug-Free Workplace 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes - Fixed-Price, Alt IV 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.212-7000 Offeror Representations and Certifications-Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.243-7001 Pricing of Contract Modifications Instructions for the Preparation and Submission of Offers: 1. The closing date and time for this solicitation is 24 August 2012, 4:00 PM EDT. Submit offer to tremakia.summerlin@usmc.mil or fax to (910) 451-2332. 2. Vendors must state the following information on their quote: unit price, extended price, shipping cost and info (if applicable), total price,. Complete the following: CAGE Code: _______________ Tax ID#: _________________ Invoice Terms: ____________ CLIN 0001, FLIGHT HOURS: Aircraft and pilot lease for parachute operations during the period September 10 - 21, 2012, to include day and night operations. Backup aircraft and multiple pilots available to offset for crew rest requirements and must be flexible to accommodate training plan. There must be an established Drop Zone with the Federal Aviation Administration (FAA). Requires permanent Notices to Airmen (NOTAM) to support jumps up to 45km away from the established drop zone with a ceiling up to 25,000 Mean Sea Level (MSL). Training will consists of Low-Level Static Line (LLSL), High Altitude High Opening (HAHO), High Altitude Low Opening (HALO) parachute training using the SF-10A, Multi-Mission Parachute System (MMPS), and Tandem Offset Re-Supply Delivery System (TORDS). Some cargo delivery (door bundles, etc.) is included. Total of 21 hours jump time. QTY: 21 Hours UNIT PRICE: $__________ EXT PRICE: $___________ CLIN 0002, FACILITY AND BILLETING FEES: The vendor shall provide facilities for billeting a minimum of 30 personnel (may be multi-use room with use of cots). Facilities shall include the following: indoor, climate controlled parachute packing space (approx. 40' x 100'), outdoor parachute packing area, facilities to shake out parachutes, secure temporary storage for life support equipment, facilities suitable for oxygen transfer and storage, head and shower facilities for at least 30 personnel, basic parachute repair facility with sewing machine, kitchenette with refrigerator, sink and microwave ovens, internet connectivity/computers/printers, office spaces utilized for Jumpmaster/Team Leader planning, Staff available for assistance with jumper recovery, and local logistical support. BILLETING FEE x 12 DAYS: $________ FACILITY FEE x 12 DAYS: $___________ QTY: 12 DAYS UNIT PRICE: $___________ EXT PRICE: $____________ TOTAL: ­­­­­­­­­­­­­­­ $____________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-12-Q-0282/listing.html)
 
Record
SN02829945-W 20120809/120808000709-bf3ab59386f1aa9971a065e191534e9e (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.