COMMERCE BUSINESS DAILY ISSUE OF JUNE 5, 2001 PSA #2865
SOLICITATIONS
15 -- LEASE FIXED WING AIRCRAFT FOR AN ESTIMATED 160 FLIGHT HOURS
- Notice Date
- June 1, 2001
- Contracting Office
- U.S. Department of Justice, Immigration & Naturalization Service, Procurement and Contracting Branch, 70 Kimball Avenue, South Burlington, VT 05403-6813
- ZIP Code
- 05403-6813
- Solicitation Number
- ACB-1-Q-0015
- Response Due
- June 8, 2001
- Point of Contact
- Peter M. Dietrich (802)872-4111
- E-Mail Address
- Peter M. Dietrich (Peter.M.Dietrich@usdoj.gov)
- Description
- This is a combined synopsis/solicitation for a commercial item 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; quotations are being requested and a written solicitation will not be issued. This solicitation is a Request for Quotation, reference number ACB-1-Q-0015. This RFQ document and incorporated provisions and clauses are those in effect throughout FAC 97-23. Provide a fixed hourly rate for a single engine or twin engine fixed wing aircraft for 160 estimated flight hours. Lease of the aircraft is for approximately three (3) months. Aircraft proposed must be equipped to perform safe flight over water for an extended periods of time in the performance of aerial surveillance and transportation of law enforcement officers to remote areas during day and evening hours. The aircraft will be based at Rafael Hernandez (Borinquen) airport in Aquadilla, Puerto Rico, for the duration of the lease period. Applicable Documents to be provided by the contractor to include: commercial operations manual specified by the manufacturer, to include but not limited to FAA approved flight manual, commercial pilot's operating manual, operating handbooks/manuals and specifications for avionics systems or components. The aircraft will be operated in the Commonwealth of Puerto Rico and over the surrounding waters and offshore islets. The aircraft will be flown by US Border Patrol aviators, within normal category as defined in the pilot's operating handbook and in such a manner so as not to invalidate the contractor's insurance policy. The contractor shall maintain the aircraft in accordance with Federal Aviation Regulations. The aircraft must remain at the Rafael Hernandez (TJBQ) airport for the duration of the contract and be available for flight twenty-four hours a day. On termination of the lease period the Government will return the aircraft to the contractor's location in an airworthy condition, less normal wear and tear. The contractor will be responsible for all scheduled and unscheduled maintenance, with the exception of daily preflight or postflight requirements such as turbine rinses and aircraft washing, the cost of those services shall be included in the lease rate. Contractor shall maintain the aircraft according to FAA approved Minimum Equipment List (MEL) and other maintenance and deferred maintenance program. The contractor shall provide evidence that the aircraft is certified according to Federal Aviation Regulation Part 23. The Government will be responsible for all fuel, oil, and ground power during the lease period. The aircraft may be temporarily based out of any chartered airport or US Military installation in the Commonwealth of Puerto Rico or CONUS at the Government's convenience and expense. If a proposal is for one aircraft a replacement or backup aircraft meeting the requirements of this solicitation must be made available within 24 hours. Minimum equipment performance is as follows: Fixed wing Aircraft must have seating for six, including pilot and co-pilot. Aircraft must be single pilot certified for Instrument Flight Rules (IFR), be equipped with Mode C transponder and Global Positioning System with current database. If equipped with a single engine, the engine must be turbine powered. Aircraft must have a minimum range of 300 miles and a minimum flight endurance of 3 hours. Aircraft shall be provided without flight crew. The government will provide for training and aircraft familiarization. Only US Border Patrol aviators with appropriate FAA Certification will act as Pilot-In-Command of the aircraft. Contractor and Government points of contact shall be identified at the time of award. FAR 53.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. Award shall be made based on the lowest hourly price. All quotes shall include a complete copy of the provisions at FAR 52.212-3. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition. Far 52.121-5(b), the following additional FAR clauses apply to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52-232-34. All quotes are due (facsimile quotes accepted) no later than 8 June 2001, 1:00 P.m. EST to US Immigration & Naturalization Service, ATTN: Contracting, Peter M. Dietrich, 70 Kimball Avenue, South Burlington, VT 05403-6813. Contact Peter M. Dietrich at (801)872-4111 (voice) or (803)951-6455 (fax) for information regarding this acquisition
- Record
- Loren Data Corp. 20010605/15SOL004.HTM (W-152 SN50N6O7)
| 15 - Aircraft and Airframe Structural Components Index
|
Issue Index |
Created on June 1, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|