SOLICITATION NOTICE
V -- Helicopter and Pilot
- Notice Date
- 5/25/2006
- Notice Type
- Solicitation Notice
- NAICS
- 481112
— Scheduled Freight Air Transportation
- Contracting Office
- Department of Agriculture, Farm Service Agency, USDA, FSA, KCAO, ASD, P. O. Box 419205, Kansas City, MO, 64141-6205
- ZIP Code
- 64141-6205
- Solicitation Number
- KCAO-06-01
- Response Due
- 6/15/2006
- Archive Date
- 7/1/2006
- Description
- This is a combined synopsis/solicitation for the services of a helicopter pilot with helicopter to conduct a survey of various counties in the state of Washington for USDA/Farm Service Agency. The U.S. Department of Agriculture (USDA), Farm Service Agency (FSA), will be conducting aerial compliance reviews on Conservation Reserve Program (CRP) acres located in Washington State during June of 2006. The FSA purposes to conduct a low-level helicopter survey of designated fields to determine program eligibility. FSA is seeking proposals from prospective contractors to provide a helicopter, pilot, fuel/service truck and driver to transport one FSA employee who will conduct and record survey results. It will be the responsibility of the pilot to determine the most efficient and cost effective flight pattern to ensure 100% coverage of the targeted fields. The target fields for a county are available in Geographic Information Systems (GIS) shapefile format or by paper map if specifically requested. Paper maps of the flight areas are available upon request or can be reviewed at the Washington State FSA office at the following address: 316 W Boone Ave, Suite 568, Spokane, WA 99201-2350, or by fax request to (509)323-3074, Attn: Dwaine Schettler. Proposals must be received no later than 4:00 pm, June 15, 2006. Bids may be made for each individual county or on the entire project. Awards may be made by single or multiple award Please contact Sharon Dowse at (816) 926-6108 if you have any questions or concerns on this bid process.BID SCHEDULE: LINE COUNTY ACRE COUNTY HOURLY RATE ESTIMATED ITEM INCLUDED HOURS TO IN BID COMPLETE YES OR NO 0001 Adams 40000 0002 Benton 62194 0003 Chelan 1359 0004 Columbia 32700 0005 Douglas 184428 0006 Franklin 50000 0007 Garfield 17000 0008 Grant 54223 0009 Klickitat 28064 0010 Lincoln 79849 0011 Spokane 25652 0012 Walla 136679 Walla 0013 Yakima 46167 TOTALS 13 758315 Statement of work: The pilot will meet with designated FSA employees and establish a flight plan and schedule. It is estimated that flights will be conducted starting ten (10) days after award.The usual procedure will be to fly 6-8 hours per day. The pilot will be responsible to determine the established flight path based on the supplied Geospatial Information System (GIS) shapefile or printed map. The FSA employee will use a hand held GPS unit to record the flight path and to record waypoints for specific locations in a field. It is anticipated that the approximate flight elevation will be between 100 and 250 feet above ground level and may include multiple passes to cover large areas. FSA estimates that approximately 25,000 and 30,000 acres can be covered in a day. The pilot will not be required to land to inspect fields. It is understood that the pilot will determine all conditions regarding safety prior to and during the flight. Should the pilot consider the conditions unsafe, they will forgo that particular flight and reschedule on another day deemed more appropriate for safe flying. Specifications: Helicopters shall be a three-seat or equivalent. Helicopters and pilot must be Federal Air Regulations part 91 certified. Must indicate type of helicopter and date of annual inspection of helicopter. Pilots shall have flight experience as follows: substantiated by logbook ? minimum of 1000 hours of helicopter flight time, minimum of 100 hours high elevation (above 3000 feet) and low elevation (less that 500 feet) over variable, rough and mountainous terrain in sometimes windy conditions. Pilots must have a satisfactory flight record. Pilot background may be checked through the Federal Aviation Administration (FAA). Information on file regarding poor performance or substantiated information regarding failure to perform contracts will be grounds to reject any proposal. Should the helicopter or other essential equipment fail or cause delay or termination of the operation, the equipment shall be repaired or replaced within 48 hours to allow continuance of the project. Failure may result in cancellation of the contract. Insurance requirements: The contractor shall use every precaution necessary to prevent damage to public and private property. The contractor shall be responsible for all damages to property and to persons, including third parties. The term ?third parties? is constructed to include employees of the Government. The contractor shall procure and maintain during the term of the contract, and any extension thereof, the insurance described herein. During the term of this contract, the contractor shall maintain in force at its own expense the following insurance. Worker's Compensation: All employers, that have employees, shall provide worker's compensation insurance according to all State and local rules and regulations. Contractors shall require and ensure that each of its subcontractors complies with these requirements (see FAR 52.228-5). Aircraft Liability Required by Agency: Aircraft liability with passenger(s). Contractor shall obtain at Contractor's expense and keep in effect during the term of this contract, Aircraft liability insurance. (see FAR 52.228-10). Commercial General Liability: The Contractor shall obtain at contractors expense, and keep in effect during the term of this Contract, Commercial General Liability Insurance covering bodily injury and property damage in a form and with coverage that is satisfactory to the Agency. (see FAR 52.228-7). Notice of cancellation or change: There shall be no cancellation, material change, and reduction of limits or intent not to renew the insurance coverage without 30 days prior written notice from the contractor or its insurer to the United States Department of Agriculture, Farm Service Agency. Certificate of Insurance: As evidence of the insurance coverage's required by this contract, the contractor shall furnish acceptable insurance certificates to the United States Department of Agriculture, Farm Service Agency with the bid package. The certificate will specify all the parties who are additional insured's. Insuring companies or entities are subject to acceptance. If requested complete copies of insurance policies, trust agreements, etc. shall be provided. The contractor shall be financially responsible for all pertinent deductibles self-insure retentions and/or self-insurance. Selection Criteria: The primary weight of scoring will be 50% attributable to pilot and aircraft qualifications and 50% for use of GIS technology to ensure 100% field coverage, and price is considered equal to technical. Awards will be given to the best-suited contractor determined by specifications submitted by each company. Proposals: All accepted bids received on or before May 31, 2006 will be considered for this contract. The company that is considered best value to meet all qualifications and needs of the Government will be awarded. All proposals need to include copies of aircraft and automotive liability insurance and proof of compliance with the State and local worker's compensation requirements for personnel and equipment to be used, and pilot and all aircraft qualifications. United States Department of Agriculture, Farm Service Agency, reserves the right to reject any and all proposals received because of this Invitation for Bid, and, if doing so would be in the public interest to cancel this solicitation. United States Department of Agriculture, Farm Service Agency, reserves the right to accept a proposal or proposals in whole or in part. The contractor will be held to the terms submitted in its proposals. Failure to meet these obligations will result in cancellation of any pending apparent successful proposal. Bids must include the following: Name, address, phone number of contractor and contact person. Description of helicopter: Model and Aircraft ID number. If you would like to bid on this project, please submit your proposal on form SF1449, to the attention of Sharon Dowse, 6501 Beacon Drive, mail Stop 8388, Kansas City, MO 64133. The FAX number is 816-823-4248. All vendors must be active vendors in Central Contractor Registration (CCR) and have representation and certifications on file in ORCA. The following clauses are hereby incorporated by reference: 52.202-1 Definitions 52.212-1 Instruction to Offerors ? Commercial Items 52.212-3 Offeror Representation and Certifications - Commercial Items. NOTE: Offeror is required to download clause from www.arnet.gov/far, complete fill-ins and submit with SF1449. 52.212-4 Contract Terms and Conditions ? Commercial Items. 52.232-1 Payments 52.233-4 Applicable law for breach of contract claim The following clause is hereby incorporated by full text 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (E.O. 12849). _X (29) 52.232-33, Payment by Electronic Funds Transfer-Central _X_ (32) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C.552a). c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). _) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (Contracting Officer check as appropriate.) _X__ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (Subcontracts for certain commercial services may be exempt from coverage if they meet the criteria in FAR 22.1103-4(c) or (d) (see DoD class deviation number 2000-O0006)) FAR 52.228-7, Insurance- Liability to Third Person (Mar 1996) a) (1) Except as provided in subparagraph (a)(2) of this clause, the Contractor shall provide and maintain workers? compensation, employer?s liability, comprehensive general liability (bodily injury), comprehensive automobile liability (bodily injury and property damage) insurance, and such other insurance as the Contracting Officer may require under this contract. (2) The Contractor may, with the approval of the Contracting Officer, maintain a self-insurance program; provided that, with respect to workers? compensation, the Contractor is qualified pursuant to statutory authority. (3) All insurance required by this paragraph shall be in a form and amount and for those periods as the Contracting Officer may require or approve and with insurers approved by the Contracting Officer. (b) The Contractor agrees to submit for the Contracting Officer?s approval, to the extent and in the manner required by the Contracting Officer, any other insurance that is maintained by the Contractor in connection with the performance of this contract and for which the Contractor seeks reimbursement. (c) The Contractor shall be reimbursed -- (1) For that portion -- (i) Of the reasonable cost of insurance allocable to this contract; and (ii) Required or approved under this clause; and (2) For certain liabilities (and expenses incidental to such liabilities) to third persons not compensated by insurance or otherwise without regard to and as an exception to the limitation of cost or the limitation of funds clause of this contract. These liabilities must arise out of the performance of this contract, whether or not caused by the negligence of the Contractor or of the Contractor?s agents, servants, or employees, and must be represented by final judgments or settlements approved in writing by the Government. These liabilities are for -- (i) Loss of or damage to property (other than property owned, occupied, or used by the Contractor, rented to the Contractor, or in the care, custody, or control of the Contractor); or (ii) Death or bodily injury. (d) The Government?s liability under paragraph (c) of this clause is subject to the availability of appropriated funds at the time a contingency occurs. Nothing in this contract shall be construed as implying that the Congress will, at a later date, appropriate funds sufficient to meet deficiencies. (e) The Contractor shall not be reimbursed for liabilities (and expenses incidental to such liabilities) -- (1) For which the Contractor is otherwise responsible under the express terms of any clause specified in the Schedule or elsewhere in the contract; (2) For which the Contractor has failed to insure or to maintain insurance as required by the Contracting Officer; or (3) That result from willful misconduct or lack of good faith on the part of any of the Contractor?s directors, officers, managers, superintendents, or other representatives who have supervision or direction of -- (i) All or substantially all of the Contractor?s business; (ii) All or substantially all of the Contractor?s operations at any one plant or separate location in which this contract is being performed; or (iii) A separate and complete major industrial operation in connection with the performance of this contract. (f) The provisions of paragraph (e) of this clause shall not restrict the right of the Contractor to be reimbursed for the cost of insurance maintained by the Contractor in connection with the performance of this contract, other than insurance required in accordance with this clause; provided, that such cost is allowable under the Allowable Cost and Payment clause of this contract. (g) If any suit or action is filed or any claim is made against the Contractor, the cost and expense of which may be reimbursable to the Contractor under this contract, and the risk of which is then uninsured or is insured for less than the amount claimed, the Contractor shall -- (1) Immediately notify the Contracting Officer and promptly furnish copies of all pertinent papers received; (2) Authorize Government representatives to collaborate with counsel for the insurance carrier in settling or defending the claim when the amount of the liability claimed exceeds the amount of coverage; and (3) Authorize Government representatives to settle or defend the claim and to represent the Contractor in or to take charge of any litigation, if required by the Government, when the liability is not insured or covered by bond. The Contractor may, at its own expense, be associated with the Government representatives in any such claim or litigation. (End of Clause) 52.228-10 -- Vehicular and General Public Liability Insurance. As prescribed in 28.313(b), insert a clause substantially the same as the following in solicitations and contracts for transportation or for transportation-related services when the contracting officer determines that vehicular liability or general public liability insurance required by law is not sufficient: Vehicular and General Public Liability Insurance (Apr 1984) (a) The Contractor, at the Contractor?s expense, agrees to maintain, during the continuance of this contract, vehicular liability and general public liability insurance with limits of liability for -- (1) Bodily injury of not less than $ 2,000,000. for each person and $ 2,000,000. for each occurrence; and (2) Property damage of not less than $ 1,000,000. for each accident and $ _1,000,000. in the aggregate. (b) The Contractor also agrees to maintain workers? compensation and other legally required insurance with respect to the Contractor?s own employees and agents. (End of Clause
- Place of Performance
- Address: United States Department of Agriculture, FSA, Washington State Office, 316 W Boone Ave, Suite568, Spokane,WA
- Zip Code: 99201-2350
- Country: US
- Record
- SN01057003-W 20060527/060525220313 (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 |