DOCUMENT
V -- Air Transportation services for VA Employees - Ft. Harrison, MT facilities - Attachment
- Notice Date
- 8/27/2012
- Notice Type
- Attachment
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25912R0090
- Response Due
- 9/5/2012
- Archive Date
- 11/4/2012
- Point of Contact
- Pamela Barnes
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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 solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation VA259-12-R-0090 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60, effective July 26, 2012. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 481211, with a small business size standard of 1,500 employees. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR'S SCHEDULE NUMBER. This solicitation is set-side for small businesses; service-disabled veteran-owned small businesses, veteran-owned small businesses, women-owned small businesses and other small disadvantaged businesses are encouraged to submit offers. The following is a list of the contract line item numbers, quantities and units of measure including options. This contract will be effective for a base period of one year with the option to extend the contract for four (4) additional one-year periods for a total of five (5) years from the date of award. *NOTE: All destinations may not be required every six weeks. BASE YEAR: October 01, 2012 through September 30, 2013. LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANTITIESUNIT COSTTOTAL COST 0001Flight from Helena to Billings.EACH11$__________$__________ 0002Flight from Billings to Miles City.EACH11$__________$__________ 0003Flight from Miles City to Billings.EACH11$__________$__________ 0004Flight from Billings to Helena.EACH11$__________$__________ 0005Flights for routes not listed above.EACH1$__________$__________ TOTAL COST ALL ITEMS, BASE YEAR $__________________________________ OPTION YEAR 1: October 01, 2013 through September 30, 2014. LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANTITIESUNIT COSTTOTAL COST 1001Flight from Helena to Billings.EACH11$__________$__________ 1002Flight from Billings to Miles City.EACH11$__________$__________ 1003Flight from Miles City to Billings.EACH11$__________$__________ 1004Flight from Billings to Helena.EACH11$__________$__________ 1005Flights for routes not listed above.EACH1$__________$__________ TOTAL COST ITEMS, OPTION YEAR ONE $__________________________________ OPTION YEAR 2: October 01, 2014 through September 30, 2015. LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANTITIESUNIT COSTTOTAL COST 2001Flight from Helena to Billings.EACH11$__________$__________ 2002Flight from Billings to Miles City.EACH11$__________$__________ 2003Flight from Miles City to Billings.EACH11$__________$__________ 2004Flight from Billings to Helena.EACH11$__________$__________ 2005Flights for routes not listed above.EACH1$__________$__________ TOTAL COST ALL ITEMS, OPTION YEAR TWO $__________________________________ OPTION YEAR 3: October 01, 2015 through September 30, 2016. LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANTITIESUNIT COSTTOTAL COST 3001Flight from Helena to Billings.EACH11$__________$__________ 3002Flight from Billings to Miles City.EACH11$__________$__________ 3003Flight from Miles City to Billings.EACH11$__________$__________ 3004Flight from Billings to Helena.EACH11$__________$__________ 3005Flights for routes not listed above.EACH1$__________$__________ TOTAL COST ITEMS, OPTION YEAR THREE $__________________________________ OPTION YEAR 4: October 01, 2016 through September 30, 2017. LINE ITEM NUMBERDESCRIPTIONUNITESTIMATED QUANTITIESUNIT COSTTOTAL COST 4001Flight from Helena to Billings.EACH11$__________$__________ 4002Flight from Billings to Miles City.EACH11$__________$__________ 4003Flight from Miles City to Billings.EACH11$__________$__________ 4004Flight from Billings to Helena.EACH11$__________$__________ 4005Flights for routes not listed above.EACH1$__________$__________ TOTAL COST ALL ITEMS, OPTION YEAR FOUR $__________________________________ TOTAL COST ALL ITEMS, BASE PLUS FOUR OPTION YEARS $_____________________________ DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE REQUIRED: SCOPE OF WORK: The Department of Veterans Affairs Montana Health Care System is seeking to enter into a firm fixed price contract with an air transportation charter service company. The air charter service company shall provide non-commercial same-day air transportation flights to cities not covered by commercial air carriers, for VA employees on official business. Aircraft shall accommodate both three to four and six to seven passengers. The flights will be to and from the Helena, Montana Regional Airport and VA Montana's outlying facilities located in Billings, Miles City and Glendive, Montana. Same day air transportation services shall be provided from the Helena Regional Airport to the following locations: Billings Logan International Airport and Miles City Frank Wiley Field Airport. Aircraft provided shall provide seating for a minimum of three to four passengers and as many as six to seven passengers. Air services are expected to be utilized on a six (6) week cycle and are to include additional flights as needed. Each scheduled flight shall serve at least one of the cities mentioned above and may include stops at both the Billings and Miles City Locations. Flight segments shall be between the following locations: Helena to Billings, Billing to Miles City, Miles City to Billings and Billings to Helena. The following are the expected / anticipated departure and arrival times and locations: 06:00 - Depart Helena 07:00 - Arrive Billings 07:45 - 08:00 - Arrive Miles City 14:00 -- Depart Miles City 14:45 -- Arrive Billings 15:45 - Arrive Helena *NOTE: ALL DESTINATIONS MAY NOT BE REQUIRED EVERY SIX WEEKS. PERSONNEL REQUIREMENTS: The Contractor shall provide all of the labor and personnel and equipment necessary to provide the air charter transportation services. All personnel employed by the Contractor, including pilots, ground personnel, shall be qualified to perform in each of their respective occupations and shall possess the necessary current licenses and certifications for each of their respective occupations, as required by the Federal Aviation Administration. The Contractor shall be required to submit, to the Contracting Officer and the Contracting Officer's Representative (COR) on an annual basis, updated personnel records to include such licenses and certification as applicable. AIRCRAFT AND EQUIPMENT REQUIREMENTS: The contractor shall provide all of the aircraft and equipment necessary to provide air transportation services. The contractor shall have and maintain a current FAA airworthiness certificate for the type of aircraft flown in accordance with 14 CFR 21, 43 and 91 and must maintain an air carrier certification in accordance with FAA regulations Part 135. Any Aircraft used in performance of this contract shall meet all applicable Federal Aviation Administration (FAA) and US Department of Transportation (DOT) requirements for operating as an air charter as well as any Montana State laws. INSPECTION AND PERFORMANCE REVIEWS: The Government reserves the right to inspect the Contractor's aircraft, equipment and/or personnel records, (FAR Clause 52.212-4(a) Inspections / Acceptance) and to review the Contractor's performance anytime during the contract. If the Government determines that the Contractor's aircraft, equipment and/or personnel do not meet contract specifications or if the Contractor's performance does not meet contract specifications, the Government has the right to suspend the contract and do the following actions: (1) either allow the Contractor to remedy the aircraft, equipment and/or personnel performance to the Government's satisfaction, within a time period as specified by the Government or, (2) terminate the contract (FAR Clause 52.212-4(m) Termination for cause). These actions shall be at no expense to the Government. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition with the following addendum: FAR 52.216-1 Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price indefinite-delivery indefinite-quantity contract to fulfill this requirement: FAR 52.233-2 Service of Protest (SEP 2006); VAAR 852.233-70 (JAN 2008) Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternative Protest Procedure (JAN 2008) and VAAR 852.270-1 (JAN 2008) Representatives of Contracting Officers. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, applies to this acquisition. (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: 1. Technical: a. Key Personnel: Offeror shall submit the list of names and positions of the key personnel who will be providing services for the awarded contract. Copies of current and valid training certificates shall be submitted for all personnel listed. b. Aircraft: Offeror shall submit the list of aircraft to be used in the performance of this contract, to include FAA registration numbers (N-Number) and copies of FAA airworthiness certificates. 2. Past Performance: Offeror shall provide three references of organizations in which they have provided the same or similar type of service. References shall include a point of contact, position held by the point of contact, company name, telephone number, mailing address and email address. 3. Price: Offeror's price shall be evaluated to determine its fair and reasonableness. Technical and past performance when combined are significantly more important than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. (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. (End of provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, applies to this acquisition, with the following addendum: FAR 52.216-18 Ordering (OCT 1995): (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 01, 2012 through September 30, 2017. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) FAR 52.216-19 Order Limitations (OCT 1995): (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than two (2) trips/flights, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of five (5) trips/flights; (2) Any order for a combination of items in excess of fifty (50) trips/flights; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within one (1) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-22 Indefinite Quantity (OCT 1995): a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2017. (End of clause) FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within sixty (60) days of the expiration date of the current contract period. (End of clause) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000); a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days of the expiration date of the current contract period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of clause) FAR 52.232-18 Availability of Funds (APR 1984); FAR 52.232-19 Availability of Appropriated Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30, 2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.216-70 Estimated Quantities (APR 1984); VAAR 852.228-71 Indemnification and Insurance (JAN 2008); VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of MONTANA. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) and VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008). The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS applies to this acquisition including the following clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006); FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (FEB 2012); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); FAR 52.209-10; Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-8 Utilization of Small Business Concerns (JAN 2011); FAR 52.219-13 Notice of Set-Aside of Orders (NOV 2011); FAR 52.219-14 Limitations on Subcontracting (NOV 2011); FAR 52.219-28 Post-Award Small Business Program Rerepresentation (APR 2009); FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007); FAR 52.222-35 Equal Opportunity for Veterans (SEP 2010); FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); FAR 52.222-37 Employment Reports for Veterans (SEP 2010); FAR 52.222-40 Notice of Employees Rights Under the National Labor Relations Act (DEC 2010); FAR 52.222-54 Employment Eligibility Verification (JAN 2009); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); and FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999); FAR 52.222-41 Service Contract Act of 1965 (NOV 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) Employee Class Monetary Wage-Fringe Benefits 31010 - Airplane PilotGS-11 (not set) - First Officer (Co-Pilot) 23.01 (not set) - Aerial Photographer 12.63 23021 - Aircraft Mechanic I WG-10 23022 - Aircraft Mechanic IIWG-11 23023 - Aircraft Mechanic III WG-12 23040 - Aircraft Mechanic Helper WG-5 23050 - Aircraft, Painter WG-9 23060 - Aircraft Servicer WG-7 23080 - Aircraft Worker WG-8 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (SEP 2009). DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 1995-0222, Revision Number 32, dated June 13, 2011; and Department of Labor Wage Determination 2005-2317, Revision Number 12, dated June 13, 2012, and any revisions will be incorporated into the resulting contract in their entirety. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm LIMITATIONS ON SUBCONTRACTING - MONITORING AND COMPLIANCE: This solicitation includes FAR 52.219-14 Limitations on Subcontracting. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Proposals shall include the RFP number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, NCO 19 Rocky Mountain Acquisition Center, 4100 East Mississippi Avenue, Suite 900, Glendale, CO 80246 Attn: Pamela Barnes, Contract Specialist no later than 4:30 P.M. mountain time on September 05, 2012. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. You may contact Pamela Barnes, via email at Pamela.Barnes@va.gov or via telephone at 303-639-7011. Any questions regarding this solicitation must be submitted in writing to the contract specialist no later than 6:00 pm MT August 29, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0090/listing.html)
- Document(s)
- Attachment
- File Name: VA259-12-R-0090 VA259-12-R-0090_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=458055&FileName=VA259-12-R-0090-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=458055&FileName=VA259-12-R-0090-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-12-R-0090 VA259-12-R-0090_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=458055&FileName=VA259-12-R-0090-000.doc)
- Place of Performance
- Address: Ft. Harrison VA Medical Center and Facilities;3687 Veterans Drive;Ft. Harrison, Montana
- Zip Code: 59636-9793
- Zip Code: 59636-9793
- Record
- SN02856021-W 20120829/120827235427-ec049520b47c941109351ec9c821f836 (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 |