Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
SOLICITATION NOTICE

W -- LEASE OF A-36 AIRCRAFT

Notice Date
1/28/2009
 
Notice Type
Presolicitation
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909T0117
 
Response Due
1/30/2009
 
Archive Date
2/7/2009
 
Point of Contact
WILLIAM HUTTON 757-443-1381 PLEASE SUBMIT ALL INQUIRIES AND QUOTES BY EMAIL TO WILLIAM.HUTTON@NAVY.MIL. RESPONSES DUE NO LATER THAN 0900 30JAN09, EASTERN STANDARD TIME
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the information in FAR subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is N00189-08-T-0117. This solicitation documents and incorporates provisions and clauses in effect through FAR and DFARS. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov and www.acq.osd.mil. This is a 100% Small Business Set Aside. The FISC Norfolk Contracting Department, Norfolk Office requests responses from qualified sources capable of providing the following: Item 0001; LEASE OF A-36 BONANZA AIRCRAFT; Must be within 7 miles of the Naval Academy. Provide plane and hours for instructors to become re-familiarized before flying and hours for instructor with 3 midshipmen. Rate also to include fuel, hangar fees, maintenance on aircraft, and insurance, based on firm fixed price. PERIOD OF PERFORMANCE 31 JAN 2009 TO 30 JUN 2009. Method of payment; Wide Area Workflow (WAWF). Responsibility and Inspection; unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters shall include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Applicable is also 252.225-7000, Buy American; 52.245-1, Government Property. This Announcement will close at 0900 Eastern Standard Time on 30 January 2009. Contact Bill Hutton by email william.hutton@navy.mil A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors, a combination of price, and delivery, and technically acceptable, and a determination of responsibility. Central Contractor Registration (CCR). Quoters must be registered in the CCR data base to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price, F.O.B. destination, a point of contact, name and phone number, GS contact number if applicable, business size, and payment terms. Quotes over 5 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 10 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6f2fdd1672f2750e36e4eb3888955544&tab=core&_cview=1)
 
Record
SN01739589-W 20090130/090128215139-079727d9dd45f8053003ed98f25acb46 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.