Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 9,1998 PSA#2198

Aeronautical Systems Center, ASC/WMRK, 102 West D Avenue, Suite 300, Eglin AFB, FL 32542-6808

H -- CONTRACTED AIRCRAFT FLIGHT SUPPORT POC Jaciel Robbins, Contracting Officer, (850)882-9391 ext. 5059 This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is also being conducted in accordance with FAR 13.500 and FAR 13.601. This announcement constitutes the only solicitation; a sole source proposal from Phoenix Air Group, Inc. is being requested and a written solicitation will not be issued. The Request For Proposal number is F08626-98-R-0256. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-6 and DL98-018. The Government anticipates awarding a Firm-Fixed Price purchase order for commercial contracted aircraft service to provide aircraft flight support for the testing of air combat training system upgrades to Phoenix Air Group, Inc., 100 Phoenix Air Drive SW, Cartersville GA 30120. Aircraft, pilots, and rails are to be furnished by the contractor. Aircraft must be capable of carryingtwo P4AW or two P4B/G Airborne Instrumentation Subsystem (AIS) pods per mission to support the Air Warrior Measurement and Debriefing System (AWMDS) and Goldwater Range Measurement and Debriefing System (GRMDS) programs, respectively. The support for the AWMDS program will be flown over the National Test Center Range (Ft. Irwin CA), but will depart from and return to Nellis AFB NV. The support for the GRMDS program will be flown over the Goldwater Range at Luke AFB AZ. The service will supply qualified pilots and aircraft to fly specified profiles in site acceptance test plans. The profiles consist of range accuracy line crossings, MILES compatibility, low-level accuracy routes, and control computation subsystem consistency. The missions will be flown during daylight/night/visual/instrumentation flight conditions. Test mission conditions range from 300 feet above the ground to flight level 40.0 and a range of airspeeds from 250-300 knots indicated airspeed. Weekend missions will be flown. Estimated flight requirements for AWMDS (Nellis AFB NV) are 18 missions, estimated total flight time is 70 hours. Estimated flight requirements for GRMDS (Luke AFB AZ) are 30 missions, estimated total flight time is 140 hours. Phoenix Air Group, Inc. is the only company capable of providing the LAU-7 rail and the ADU-299 adapter, which are required to fly the above mentioned pods. SIC is 4513/FSC V121/less than 1500 employees. A Defense Priorities and Allocations system (DPAS) DX priority rating is applicable to this acquisition. CLIN 0001, AWMDS Flight Support, quantity of 38 (hours); CLIN 0002, AWMDS Flight Support, quantity of 32 (hours); CLIN 0003, AWMDS -- Per Diem, quantity of 1 job (time & material); Option CLIN 0004, GRMDS Flight Support, quantity of 50 (hours); Option CLIN 0005, GRMDS Flight Support, quantity of 90 (hours); and Option CLIN 0006, GRMDS -- Per Diem, quantity of 1 job (time & material). Deliveries, inspection, and acceptance shall be FOB Destination. Applicable Clauses/Provisions: FAR 52.212-1, Instructions to Offerors -- Commercial Items is hereby incorporated by reference. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, shall be completed and submitted with the proposal. A copy of all clauses are available on the internet at http://farsite.hill.af.mil/reghtml. FAR 52.212-4, Contract Terms and Conditions-Commercial Items is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with the following addenda: paragraph (b) the following FAR clauses are hereby incorporated by reference: 52.222-26, 52.222-35, 52.222-36, and 52.222-37; paragraph (c) the following FAR clauses are hereby incorporated by reference: 52.222-41, 52.222-42, 52.222-43, and 52.222-44. The following FAR clauses apply to this acquisition 52.217-5 and 52.217-7. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following addenda: paragraph (b) the following DFARS clauses are hereby incorporated by reference: 252.225-7012 and 252.243-7002. The following DFARS clauses also apply to this acquisition: 252.212-7000, 252.225-7000, 252.204-7004, and 252.232-7009. The offer shall be evaluated to ensure item(s) meeting the specifications are proposed in the quantities required, and the delivery schedule is met. The proposed prices will be evaluated for price reasonableness. Deliveries, as required, shall be made as follows: CLIN 0001, 16-20 Nov 98, to Nellis AFB NV; CLIN 0002, 04-07 Jan 99, to Nellis AFB NV; CLIN 0003, 1 job, as required; Option CLIN 0004, Nov 98 -- Apr 99 timeframe, to Luke AFB AZ; Option CLIN 0005, Nov 98 -- Apr 99 timeframe, to Luke AFB AZ; and Option CLIN 0006, 1 job, as required. Point of contact for AWMDS is Lt Col Dave Holmer (850) 882-9391 ext 5070. Point of contact for GRMDS is Capt Pete Eide (850) 882-9391 ext 5200. All deliveries shall be 3 days ARO with acceptance at destination. The following provisions for contract finance terms apply to this solicitation and are included by addenda: Payment will be made in accordance with FAR clause 52.232-25, Prompt Payment. Questions regarding this acquisition should be directed to Dana Sillars, Contracting Specialist, (850) 882-9391 ext 5048, or to Jaciel Robbins, Contracting Officer, (850) 882-9391 ext 5059. Written questions may be faxed to (850) 882-3226 or 3130, Attn: Dana Sillars. If proposals are faxed, an original copy must be mailed to AAC/WRRK, 102 West D Avenue, Suite 300, Eglin Air Force Base, Florida 32542-6808, Attn: Jaciel Robbins. Proposal must be received not later than Thursday, 22 October 1998, 1600 CST. This is not a request for proposals from sources other than Phoenix Air Group, Inc.!! Posted 10/07/98 (W-SN259875). (0280)

Loren Data Corp. http://www.ld.com (SYN# 0021 19981009\H-0001.SOL)


H - Quality Control, Testing and Inspection Services Index Page