|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932DIRECTORATE OF CONTRACTING, BLDG 2174 13 1/2 ST, FORT CAMPBELL KY
42223-5358 V -- PROVIDE CIVILIAN 5 PLACE JUMP CERTIFIED AIRCRAFT WITH PILOT SOL
DAKF23-97-R-0219 DUE 092397 POC Contract Specialist A. Yvonne Gonzales
(502) 798-7826 Contracting Officer Gertrude A. Colbert (502) 798-7566
(Site Code DAKF23) This is 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; proposals
are being requested and a written solicitation will not be issued.
DAKF23-97-R-0219 is issued as a request for proposal. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 90-46. Solicitation is a 100%
Small Business Set-Aside. The Standard Industrial Classification code
is 4522 and the small business size standard is: average annual
receipts of a concern and its affiliates over the preceding three
fiscal years cannot exceed $20.5 Million. The following contract line
item numbers are applicable: 0001 Provide Civilian 5 Place Jump
Certified Aircraft with Pilot (Base Period: 15 October 1997 -- 30
September 1998), NTE 295 Hours, 0002 Provide Civilian 5 Place Jump
Certified Aircraft withPilot (First Option Period: 01 October 1998 --
30 September 1999), NTE 295 Hours, and 0003 Provide Civilian 5 Place
Jump Certified Aircraft with Pilot (Second Option Period: 01 October
1999 -- 30 September 2000), NTE 295 Hours. Required service shall be in
accordance with the following statement of work: 1.1 Scope of Work. The
Contractor shall provide all labor, equipment, tools, services, and
aircraft to allow for Parachute Jumps as stated herein. 1.2 The
Contractor shall ensure that the aircraft provided under this contract
will accommodate a minimum of five (5) jumpers and be capable of
flying a minimum altitude of 2000'AL and a maximum altitude of
10,000'AL. 1.3 The Contractor shall be responsible for all costs
associated with providing the services. Associated costs include, but
are not limited to, fuel and ensuring the aircraft is in good operating
condition. 1.4 Personnel/Aircraft. All Contractor's personnel working
under this contract shall be FAA Licensed and Parachute Drop Certified
Pilots and/or FAA Licensed Mechanics. Any aircraft utilized under this
contract shall have FAA Approval Data for the aircraft. Also, the
aircraft's radio system must be compatible with Bendix King KX-99
radios, Motorola Saber series radios, and Motorola MTS 2000 radios and
have ground to ground, ground to air, and air to air communications.
1.4.1 The Contractor is required to comply with FAA Guidelines in
maintaining aircraft hull insurance and hold harmless requirements.
Documentation of stated compliance shall be provided to the Contracting
Officer prior to contract award. 1.5 The Contractor shall ensure the
use of a controlled airspace environment, in order to alleviate delays
from general aviation congestion. 1.6 Hours of Work. The Contractor
shall be available during normal hours of operation, 9:00 AM CT -- 5:00
PM CT, Monday through Friday. 1.7 Location of Parachute Jumps. The
Parachute Jumps will be conducted at either Hopkinsville, KY,
(Christian County) or Paris, TN, (Henry County). The exact location of
Training will be coordinated between the Government Point of Contact
and the Contractor. 1.8 Period of Performance. The Contractor shall be
available to provide the services as listed herein from 15 October
1997 -- 30 September 1998, base period. Total time of training will not
exceed 295.0 hours for the base period. The Government will coordinate
with the contractor to schedule training dates. 1.9 Rescheduling of
Parachute Jumps. Parachute Jumps may be rescheduled due to inclement
weather and/or due to uncontrollable commitments by the Parachute Team.
The Government Point of Contact will notify the Contractor at least
eight (8) hours in advance of rescheduling. Rescheduling due to
inclement weather will be coordinated between the Government's Point of
Contact and the Contractor as necessary. The provision at 52.212-1,
Instructions to Offerors-Commercial Items, applies to this acquisition.
The addendum to the provision at 52.212-1 deletes paragraphs (e) and
(h). All offerors shall include pricing for the base period and each
option period. 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). Award will be based on lowest total price for the base
period and option periods. 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 based on price and past performance. All offerors shall
include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications-Commercial Items, with its offer.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Items,
is applicable to this acquisition. The addendum to the clause at
52.212-4 incorporates clauses 52.219-6 Notice of Small
BusinessSet-Aside and 52.225-11 Restrictions on Certain Foreign
Purchases; states a wage determinations has been requested; and gives
the required data for clause 52.222-42 Statement of Equivalent Rates
for Federal Hires (Airplane Pilot, 31010 $17.97). The clause 52.212-5,
Contract Terms and Conditions Required To Implement Statutes or
Executive Orders-Commercial Items is applicable to this acquisition.
The following additional FAR clauses cited in the clause at 52.212-5
are also applicable to the acquisition: 52.222-26 Equal Opportunity,
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36 Affirmative Action for Handicapped Workers,
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, 52.222-41 Service Contract Act of 1965, and
52.222-42 Statement of Equivalent Rates for Federal Hires. Subject
requirement is being procured as noncompetitive. The intended source is
Joel Pennington, Cottage Grove, TN. Sole source acquisition is due to
the historical lack of responses for subject service. No other sources
could be found to provide required service at given locations. All
responsible concerns may submit a proposal which will be considered by
this agency. All offers are to be submitted to Directorate of
Contracting, Building 2172, 13 1/2 Street, Fort Campbell, Kentucky, by
23 September 1997, 1:00 P.M. Point of contact for questions regarding
the solicitation is Ms. Yvonne Gonzales at (0258) Loren Data Corp. http://www.ld.com (SYN# 0136 19970917\V-0003.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|