MODIFICATION
V -- Final Bid - HELO AIRLIFT PUERTO RICO
- Notice Date
- 9/10/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- 3003 Chamblee Tucker Rd, atlanta, GA 30341
- ZIP Code
- 30341
- Solicitation Number
- 70FBR218R00000013
- Response Due
- 9/10/2018
- Archive Date
- 3/9/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR218R00000013 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 481219 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-10 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: MAKE AVAILABLE AIRCRAFT AND PILOT, one (1) Medium-heavy lift (S-61 type or equivalent ) Cargo/passenger, twin engine cargo/utility helicopter. Capable of operating in extreme weather/high temperature conditions to provide immediate Life Saving/Life Sustaining aircraft support and configured for emergency aerial site assessments, passenger, and cargo lift missions immediately prior to and/or after a major incident (i.e. Earthquake, Hurricane, Etc.) throughout the Commonwealth of Puerto Rico (PR). Passenger capacity: Minimum 15 Cargo capacity, weight: Minimum 7,000 lbs Cargo capacity, door dimensions: 50 W x 75 H Cargo capacity, external Sling Loads: Minimum 8,500 lbs Min range: 350 nm Min cruising speed: 120 kts Pre-disaster: Aircraft must be available for actual operation within 2 hours of notification to be able to fly a minimum of two (#2) hours of flight time (Daylight hours only). Post disaster: Aircraft must be available to fly within one (#1) hour of notification and may be required to fly up to five (#5) hours of flight time a day (Daylight hours only. PAX PICKUP POINT EITHER Isla Grande (SIG) OR San Juan Intl. (SJU). ALL pilots must be licensed, current and qualified in the aircraft. The helicopter itself needs to have proper Air Worthiness Certificates and Registry via proper authority. Prevailing Dept of labor wage rate for Puerto Rico attached. Vendor to provide price for daily cost of aircraft/ available beginning 09/10/2018., 7, days; LI 002: same requirement as Item 1 above, Actual flight time hourly rate if used above 5 flight hours per day., 35, hours; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Shipping must be free on board (FOB) destination PUERTO RICO which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. PREFERENCE WILL BE GIVEN TO PUERTO RICO-based bidders residing within disaster declaration DR4339PR PUERTO RICO as defined by FAR 52.226-3c. If the offeror does not meet representation criteria of FAR 52.226-3c, he shall furnish documentation to support its representation IAW FAR 52.226-3D AND PROVIDE THAT IN HIS PROPOSAL ATTACHMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FBR218R00000013/listing.html)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN05081622-W 20180912/180910231527-1f0306f11c61813cfcdca7914d431eb1 (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 |