Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2023 SAM #7719
SOLICITATION NOTICE

V -- Helicopter Charter Services for Snow Survey in and near the North Fork Clearwater River Basin.

Notice Date
1/13/2023 12:54:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12FPC323Q0004
 
Response Due
1/18/2023 10:00:00 AM
 
Archive Date
02/02/2023
 
Point of Contact
Bobby Copenny, Phone: 8175093503, Ryan F. Lorimer, Phone: 9077617744
 
E-Mail Address
Bobby.Copenny@usda.gov, ryan.lorimer@usda.gov
(Bobby.Copenny@usda.gov, ryan.lorimer@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.�� �This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 and 13 with supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. �This combined synopsis/solicitation will result in a Firm Fixed Price commercial services contract. 2.�� �This Request for Quotation (RFQ) is being issued to establish a Firm Fixed-Price contract for the United States Department of Agriculture (USDA), Natural Resources Conservation Service (NRCS)-Idaho, Snow Survey DCO (Data Collection Office) in support of supplying snow measurement data for water supply forecasts and the maintenance of SNOTEL sites throughout the state of Idaho. �The contractor shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide the charter services, and all repair and or replacement parts necessary to keep aircraft systems covered in support of this requirement. The solicitation number for this effort is 12FPC323Q0004. 3.�� �The provisions and clauses incorporated into this solicitation document are those in effect in accordance with FAC 2023-01, effective 12/19/2022. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at https://www.acquisition.gov 4.�� �To be awarded this contract, the offeror MUST be registered in SAM.gov. �Any SAM.gov information may be found at http://www.SAM.gov. 5.�� �Quotes must be sent via e-mail to bobby.copenny@usda.gov by the due date and time specified. Late submissions will not be considered. �All questions or clarifications regarding this solicitation must be submitted in written form no later than 12PM EST, 17 January 2023. � � �A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: � � � � � a. A completed pricing quote in accordance with the performance objectives. � � � � � b. Contractor must provide technical capability information including: � � � � � Location where the helicopter is based � � � � � Pilots� Mountain Flying & Snow Operations (deep snow) flying experience, certifications � � � � � and qualifications � � � � � c. Proposed helicopter, engine hours and aircraft condition. � � � � � d. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and � � � � � Certifications-Commercial Items if not completed in SAM.gov. 6. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Small Business Set-Aside. The NAICS code is 481211, Nonscheduled Chartered Passenger Air Transportation and the small business size standard is 1,500 employees. This requirement is subject to the Service Contract Act. Wage Determination No. 2015-5519 Revision No. 21, dated 12/27/2022 7. REQUIREMENTS AND QUANTITIES: Please carefully review the attached Performance Work Statement (PWS) and additional clauses thoroughly before submitting any quotes. 8. The period of performance will be from award through September 30, 2023. 9. FAR provision 52.212-2, Evaluation-Commercial Items applies to this solicitation. Award will be�made to the responsible offeror conforming to this combined synopsis/solicitation, that is most�advantageous to the Government with price and other factors considered. The following factors shall�be used to evaluate offers: Technical capability (pilot�s experience and qualifications/� certifications, proposed helicopter; the aircraft location/base of operations); and Price. The�evaluation factors attached further detail how the evaluation will be conducted. 10. �The following provisions apply to this solicitation. The provision at 52.212-1, Instructions�to Offerors�Commercial, applies to this acquisition. The following apply. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions�Relating to Iran-Representation and Certifications (Jun 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or�Equipment (Nov 2021) 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) 11. 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) applies to�this solicitation. The contractor shall either complete the on-line Offeror Representations and�Certifications www.SAM.gov or return a completed copy of the Offeror Representations and�Certifications with their quotation. 12. The clause at 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this�acquisition and addenda are not attached. 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)� 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) The deadline for submission of quotes is January 18th at 12pm MST on SAM.gov. Points of contact is Bobby Copenny II, 817-509-3503, bobby.copenny@usda.gov, or Ryan Lorimer, 907-982-4432, ryan.lorimer@usda.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4c903eda6f6495b9d6eba57da2108c1/view)
 
Place of Performance
Address: Lewiston, ID, USA
Country: USA
 
Record
SN06564038-F 20230115/230113230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.