Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

DIRECTORATE 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