SOLICITATION NOTICE
W -- Lease of CASA-212, Twin Otter or Cessna Side Door Aircraft and C130 Aircraft or Equal
- Notice Date
- 1/31/2007
- Notice Type
- Solicitation Notice
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- H92244-07-R-0014
- Response Due
- 2/9/2007
- Archive Date
- 2/24/2007
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed 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. The solicitation is being issued as a Request for Proposal (RFP); solicitation number is H92244-07-R-0013, and a firm fixed price contract is contemplated. All responsible sources may submit a proposal which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Contract Line Item Number (CLIN) 0001 One (1) each Twin Otter or Cessna Side Door Aircraft or equal and aircrew. The contractor shall be Department of Defense (DoD) approved commercial operators and possess aircraft certifications and licenses (Federal Aviation Regulation Part 135 certified in accordance with DoD 4500.53), if available or otherwise in accordance with USSOCOM Directive 350-8. Aircraft must be capable of in-flight jump operations and a minimum capability of four (4) lifts per hour. Jump lights (red/green) must be in the cargo compartment for jumpmaster/aircrew coordination. Aircraft must be capable of intercom communications between aircrew and jumpmaster. Cargo compartment must be able to accommodate jumpers, instructors, and safeties. Aircraft must have required clearances to operate from DoD installations. Contractor must meet Federal Aviation Administration Federal Aviation Requirements (FAA FAR) for High Altitude Low Opening (HALO) parachute operations (para-ops). Aircraft must be configured for day and night HALO para-ops. Aircraft to be contracted as a public use aircraft. The aircrew shall be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. The cost of the contractor?s lodging and per diem shall be included in the firm fixed price. The cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. All aircrew shall be United States of America (USA) citizens with citizenship verifiable by birth record or passport. The offeror shall have insurance coverage to include parachute and HALO operations per DoD certification. It is estimated that a maximum number of twenty-two (22) students will attend the training. Contractor will support from one to maximum aircraft personnel capacity per lift. Provide one (1) Twin Otter or Cessna Side Door Aircraft, or equal on 12 February 2007 and 13 February 2007. Estimate one (1) hour positioning on or before 12 February 2007 and one (1) hour de-positioning on or after 13 February 2007 for a total of two (2) hours positioning/de-positioning for 1 aircraft. Estimate four (4) flight hours per day for 2 days for a total of eight (8) hours for 1 aircraft. 14 February 2007 may be used as a weather make-up day as required. Training will consist of day and night operations. CLIN 0002 CASA-212 aircraft or equal and aircrew. The aircraft shall be ramped and capable of in-flight operations and capable of four (4) lifts minimum with five (5) lifts preferred per hour to an altitude of 13,000 feet. Jump lights (red/green) must be in the cargo compartment for jumpmaster/aircrew coordination. Seats must be side-facing seats (military style canvas/nylon seats with extended length seats) for up to sixteen (16) jumpers per lift. Static line cables must be permanently installed; temporary installations are not acceptable. There must be intercom communications between aircrew and jumpmaster. Cargo compartments must be able to accommodate jumpers, instructors, safeties, and portable oxygen console (CASA-212 minimum size). Aircrew shall have oxygen systems (portable or permanent). At a minimum, standard VHF/AM radios are required with UHF radio preferred, if available. The aircraft must be configured for over the ramp static line operations. Aircraft must be configured for day and night HALO operations. The aircraft shall meet the following specifications: The contractor shall be DoD approved commercial operators to include aircraft certifications and licenses (Part 135 certified in accordance with DoD 4500.53), if available or otherwise in accordance with USSOCOM Directive 350-8. Aircraft to be contracted as a public use aircraft. Aircraft should be able to read winds during climb and at exit altitude. The aircrew shall be knowledgeable in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Daily usage will vary according to training profile requirements, averaging four (4) hours per day. Jumps are normally scheduled Monday through Friday. Saturdays and Sundays are available, as required for make-up days or to make up for aircraft maintenance delays during Monday through Friday schedule. Sundays are normally aircraft positioning and de-positioning days. The cost of the contractor?s lodging and per diem shall be included in the firm fixed price. The cost of transporting aircraft and aircrew to the performance site shall be included in the firm fixed price. All aircrew shall be USA citizens with citizenship verifiable by provision of birth record or passport. The contractor shall have insurance coverage to include parachute and HALO operations per DoD certification. It is estimated that a maximum of forty (40) students will attend the training per HALO Proficiency Training session. Training session will take place between the hours of 0800 to 1800 hours at which time the contractor shall have the aircraft ready for operation. SubLine Item (SLIN) 0002AA CASA-212 aircraft or equal and aircrew to support Military Free Fall (MFF) HALO Proficiency Training at the Marana Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Provide two (2) CASA-212 or equal on 19 February 2007 through 2 March 2007. Estimate eleven (11) hours positioning for each aircraft on 18 February 2007 for a total of twenty-two (22) hours for 2 aircraft. Estimate eleven (11) hours de-positioning for 1 aircraft on 3 March 2007. Estimate four (4) flight hours per day for ten (10) days for a total of eighty (80) hours for 2 aircraft. SLIN 0002AB CASA-212 aircraft or equal and aircrew to support MFF HALO Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a 150 mile vicinity of Marana, Arizona. Provide one (1) CASA-212 or equal on 5 March 2007 through 9 March 2007. Estimate 4 flight hours per day for a total of twenty (20) hours for five (5) days for 1 aircraft. SLIN 0002AC CASA-212 aircraft or equal and aircraft to support MFF HALO Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a 150 mile vicinity of Marana, Arizona. Provide four (4) CASA-212 or equal on 12 March 2007 through 23 March 2007. Estimate 11 hours positioning on 11 March 2007 for three (3) aircraft for a total of thirty-three (33) hours. Estimate 11 hours de-positioning on 24 March 2007 for a total of 11 hours for 1 aircraft. Estimate 4 flight hours per day for a total of one hundred sixty (160) hours for ten (10) days for 4 aircraft. SLIN 0002AD CASA-212 aircraft or equal and aircraft to support MFF HALO Proficiency Training at the Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a 150 mile vicinity of Marana, Arizona. Provide three (3) CASA-212 or equal on 25 March 2007 through 30 March 2007. Estimate 11 hours de-positioning on 31 March 2007 for a total of 33 hours for 3 aircraft. Estimate 4 hours per day per aircraft for a total of seventy-two (72) hours for six (6) days. CLIN 0003 C130/L-382 aircraft or equal and aircrew. Aircraft shall be ramped and capable of in-flight operations. Jump lights (red/green) must be in the cargo compartment for jumpmaster/aircrew coordination. Seating must be troop seats (military style canvas seats and extended length seat belts) for sixty-four (64) combat equipment rigged jumpers per lift. Cargo compartment must be able to accommodate jumpers, instructors, safeties, and portable oxygen console(s). C130/L-382 is minimum size for larged ramped aircraft requirements. Aircrew must have oxygen system (portable or permanent). Standard VHF/AM radios required (UHF radio preferred, if available) configured for over the ramp operations. Aircrew must have previous experience in current military freefall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Contractor must have required clearances and documentation to operate from DoD installations. Aircraft and aircrew must meet FAA FAR requirements for HALO para-ops. Aircraft must be configured for day and night HALO operations. All aircrew must be USA citizens. C130/L-382 aircraft should have avionics equipment to read winds (required by jumpmaster) during climb to exit altitude. Contractor will be DoD approved commercial operator to include aircrew certifications and licenses (Part 135 certificated in accordance with DoDD 4500.53) if available, or otherwise in accordance with USSOCOM Directive 350-8. Contractor shall have insurance coverage per Air Mobility Command (AMC) certification to include parachute and HALO operations. Flight crew shall be current in accordance with the Code of Federal Regulations (CFR) Part 91. Aircraft to be contracted as a public use aircraft during the period of performance. Daily usage will vary according to training profile requirements, averaging four (4) hours per day, on-site work days are normally Monday through Friday with Saturday used as a weather make-up day as required. Sundays are normally aircraft positioning and de-positioning days. Training session will take place between the hours of 0800 to 1800 hours at which time the contractor shall have the aircraft ready for operation. SLIN 0003AA C130/L-382 aircraft or equal and aircrew to support MFF HALO Proficiency Training at the Marana Air Park, Marana, Arizona and other military surveyed drop zones within a 150 mile vicinity of Marana, Arizona. Provide one (1) C130/L-382 or equal on 25 March 2007 through 30 March 2007. Estimate 1 hour positioning on 24 March 2007 and 1 hour de-positioning on 31 March 2007 for a total of 2 hours positioning/de-positioning for 1 aircraft. Estimate 4 flight hours per day for a total of twenty-four (24) hours for six (6) days. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15, effective 12 December 2006. North American Industrial Classification Code (NAICS) 532411 applies to this procurement. This procurement is full and open competition. The DPAS rating for this procurement is DO-C9. FOB point is destination. FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) FAR 52.204-7 Central Contractor Registration (Jul 2006) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006) Email Christine Anderson at christine.anderson@vb.socom.mil for copy of clause with fill-ins FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: technical competence, past performance, and price. Technical competence and past performance, when combined, weighs more than price. Offerors shall submit past performance information to include contract number, government agency point of contact and contact information, description of supplies/services provided, unit of issue, unit price, and extended price. Past performance shall be current and shall not exceed three (3) fiscal years before posting date of the combined synopsis/solicitation on FBO. The offeror shall include proof of the following in the proposal: USA citizenship of all persons operating aircraft, insurance coverage which includes parachute and HALO operations, and FAA certificate. In addition, offerors shall provide proof of possessing proper clearances and documentation to operate from DoD installations as per AMC certification, with proposal. The hours identified for positioning and de-positioning are estimated maximums subject to adjustment based on offeror proposal and negotiations. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Sep 2006) Alternate I (Apr 2002) Email Christine Anderson at christine.anderson@vb.socom.mil for copy of clause with fill-ins FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2006)(DEVIATION) FAR 52.219-8 Utilization of Small Business Concerns (May 2004) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) FAR 52.222-26 Equal Opportunity (Apr 2002) FAR 52.222-35 Alt I Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) Alternate I (Dec 2001) FAR 52.222-36 Alt I Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (Dec 2004) FAR 52.222-41 Service Contract Act of 1965, as amended (Jul 2005) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) will be completed and submitted with the proposal. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007) DFARS 252.232-7003 Electronic Submission of Payment Requests (Jan 2004) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Christine Anderson at christine.anderson@vb.socom.mil. Proposals must be received by Christine Anderson by fax at (757) 492-7954 or U.S. Postal mail addressed to NSWDG, Attn: Christine Anderson (Purchasing/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 12:00 p.m. Eastern Standard Time (EST) on 8 February 2007.
- Place of Performance
- Address: DOD (PTTF), Marana, Arizona
- Zip Code: 85653
- Country: UNITED STATES
- Zip Code: 85653
- Record
- SN01223237-W 20070202/070131221948 (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 |