SOLICITATION NOTICE
W -- Lease of CASA-212 Aircraft or Aircraft with Comparable Capability and Aircrew
- Notice Date
- 3/19/2007
- 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-T-0050
- Response Due
- 4/9/2007
- Archive Date
- 4/24/2007
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in FAR 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 Quote; solicitation number is H92244-07-T-0050, 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 CASA-212 aircraft, or aircraft of comparable capability, and aircrew to support Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training. 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 belts) 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). Standard VHF/AM radios are required with UHF radio preferred, if available. The aircraft must be configured for 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 as well as 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 or birth record or passport. The contractor shall have insurance coverage to include parachute and HALO operations as 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 during which time the contractor shall have the aircraft ready for operation. Provide One (1) each CASA-212 or aircraft of comparable capability on 23 April 2007 through 27 April 2007. Location: Pinal Air Park, Marana, Arizona and other military surveyed drop zones within a one-hundred fifty (150) mile vicinity of Marana, Arizona. Estimate eleven (11) hours positioning each way; four (4) flight hours per day x five (5) days for a total of twenty (20) hours. CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.204-7 Central Contractor Registration JUL 2006 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Nov 2006) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) NOV 2006 52.219-8 Utilization of Small Business Concerns MAY 2004 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-26 Equal Opportunity APR 2002 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-41 Service Contract Act Of 1965, As Amended JUL 2005 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) JAN 2007 252.232-7003 Electronic Submission of Payment Requests MAY 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES INCORPORATED BY FULL TEXT 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 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 in FBO. The offeror shall include proof of 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. Where the government estimated positioning/de-positioning hours are provided in the SLINs, the vendors are requested to propose anticipated actual hours to transition aircraft. (b) Options. 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). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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 (757) 492-7954, phone (757) 893-2715 or United States (US) postal mail to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
- Place of Performance
- Address: DoD (PTTF), 21514 E. Kodiak Drive, Marana, Arizona
- Zip Code: 85653
- Country: UNITED STATES
- Zip Code: 85653
- Record
- SN01254580-W 20070321/070319221418 (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 |