COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16, 2001 PSA #2916
SOLICITATIONS
V -- V -- PARACHUTE TRAINING FOR FOUR (4) JUMPERS WITH CERTIFIED AIRCRAFT AND PILOT
- Notice Date
- August 14, 2001
- Contracting Office
- Directorate of Contracting, Fort Campbell, Building 2174, 13 1/2 Indiana Streets, Fort Campbell, KY 42223-5358
- ZIP Code
- 42223-5358
- Solicitation Number
- DAKF23-01-R-0219
- Response Due
- August 29, 2001
- Point of Contact
- Lywana Dollar, 270-798-7200
- E-Mail Address
- Directorate of Contracting, Fort Campbell (dollarl@emh2.campbell.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers are b eing requested and a written solicitation will not be issued. DAKF23-01-R-0219 is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. Soli citation is unrestricted. North American Classification Code is 481219 and small business size standard is $5.0 Million. This is a requirements contract; therefore, the Government may upon issuance of delivery orders, order a portion or all of the qu antities list at the line items. A base year with four option periods is contemplated. Line Items for this contract follow: Line Item 0001 Provide a Pilot with a Certified Aircraft in order to allow 4 jumpers to practice parachute jumping/training (B ase Year: 01 October 2001 through 30 September 2002 estimated number of hours are 200 hours. Line Item 0002 Provide a Pilot with a Certified Aircraft in order to allow 4 jumpers to practice parachute jumping/training (1st Option Period: 01 October 2002 through 30 September 2003), estimated number hours are 200. Line Item 0003 Provide a Pilot with a Certified Aircraft in order to allow 4 jumpers to practice parachute jumping/training (2d Option Period: 01 October 2003 through 30 September 2004), estim ated number of hours are 200. Line Item 0004 Provide a Pilot with a Certified Aircraft in order to allow 4 jumpers to practice parachute jumping/training (3rd Option Period: 01 October 2004 through 30 September 2005), estimated number of hours are 20 0. Line Item 0005 Provide a Pilot with a Certified Aircraft in order to allow 4 jumpers to practice parachute jumping/training (4th Option Period: 01 October 2005 through 30 September 2006), estimated number of hours are 200, The scope of work for t his contract follows: 1.1 The contractor shall provide all labor, equipment (aircraft), and services to allow for Parachute Jumps/Training as stated herein. 1.2 The Contractor shall ensure the aircraft provide under this contract will accommodate at lea st four (4) jumpers and be capable of flying a altitude of 2000 Above Ground Level ( AL). 1.3 The Contractor shall be responsible for all costs associated with providing the requested services. Associated cost include, but are not limited to, fuel an d ensuring the aircraft is in good operating condition. 1.4 Personnel/Aircraft. All Contractor s personnel working under this contract shall be FAA Licensed and Parachute Drop Certified and/or FAA Licensed Mechanics. Any aircraft utilized under this c ontract shall have FAA Approval Data for the proposed aircraft. Also, the Aircraft s radio system must be compatible with ICOM IC-3 Communication Transceiver Radio, Motorola, Saber Series Radios and Motorola MTS 200 radios and have ground to ground, grou nd to air, and air to air communication. 1.4.1 The contractor shall comply with FAA Guidelines in maintaining aircraft hull insurance and hold harmless requirements. 1.5 The contractor shall ensure the use of a controlled airspace environment, in orde r to alleviate delays from general aviation congestion. 1.6 Hours of work. Services will be required during the hours of 9:00 AM CT 5: 00 PM CT, Monday through Friday; therefore, the Contractor shall be available for such hours. 1.7 Location of Par achute Jumps. The Parachute Jumps will be conducted within one hour of Ft Campbell Kentucky.. The exact location of training will be coordinated between the Government s point of contact and the contractor. 1.7.1 Contractor will only be paid for one hour travel time to arrive at pickup and drop of point. Time starts when engine is cranked and logged into logbook at which time charges begin. If Plane is shut off charges stop. 1.8 Period of Performance. The period of performance for the base year is 01 October 2001 through 30 September 2002. The Government will coordinate with the contractor the exact dates/times for training. 1.9 Scheduling/Rescheduling/Cance llation of Parachute Jumps. The Government will provide the contractor with a 5-day notice of parachute jumping/training. Parachute Jumps may be rescheduled/cancelled due to inclement weather and/or due to uncontrollable commitments by the Parachute Tea m. The Government will notify the Contractor at least 24 hours in advance of rescheduling/cancellation. The contractor SHALL SUBMIT the following documents with their proposal: Aircraft Hull Insurance, Hold Harmless Requirements, Proof of FAA Licensed P arachute Drop Certified pilots , and FAA Approval Data for Aircraft. The following provision and clauses are applicable to this solicitation/contract: 52.212-1, Instructions to Offerors-Commercial Items with addendum to delete paragraph (e) and (h). A ll offerors shall include pricing for the base year and each option period. The government intends to make a single award to the responsible offer whose offer is most advantageous to the government considering price and price-related factors. 52.212-2, E valuation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria Technically acceptability at the lowest cost. To be determined to be Technically acceptable, offe r must Show proof of Aircraft Hull Insurance, Meet Hold Harmless requirements, Proof of FAA licensed/parachute drop certified pilots, Show FAA approval data for aircraft. Be located within one flight hour of Fort Campbell Ky and meet all requirements in th e Performance Work Statement. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for basic requirement (base year). 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). The Government will award a contract to the responsive responsible offeror whose offer is the most advantageous to the Government. A ll offers shall include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. 52.212-4, Contract Terms and Conditions Commercial Items with and addendum to incorporate the following clauses: 52.216-18, Ordering, modified as such, subparagraph (a) such orders may be issued from 01 October 2001 through 30 September 2002, 52.216-19, Order Limitations, modified as such, subparagraph (a): N/A, subparagraph (b) (1)&(2) excess of 200 hou rs , subparagraph (b) (3) within ten (10) days , subparagraph (d), returned to the ordering office within three (3) days, 52.216-21, Requirements, modified as such, paragraph (f), to make any deliveries under this contract after seven (7) days issuan ce of a delivery order , 52.217-8 Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, modified as such, subparagraph (c) shall not exceed 5 years. , 52,232-18, Availability of Funds for the Next Fiscal Year Funds are not p resently available for performance under this contract. No legal liability on the part of the Government for any payment may arise for performance under this contract , 52.225-11, Restrictions on Certain foreign Purchases, 52.222-42, Statement of Equival ent Rates of Federal Hires, modified as such Employee Class Monetary Wage Fringe Benefits is Airplane Pilot, #31010 at $22.61 which includes fringe benefits. , 52.212-5, Contract Terms and Conditions to Implement Statutes and Executive Orders Commerc ial Items, with exception of clauses at subparagraph (b); (4), (6), (11), (12), (14), (15), (16), (17), & (17) and subparagraph (c): (4), and (5), 252-212-7000 , Offeror Representations and Certifications Commercial Items, offeror s shall submit a completed copy with their offer, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of C ommercial Items with only 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Certification of Request for Equitable Adjustment and 252.247-7024, Notification of Transportation of Supplies by Sea, being applicable to this contract. D epartment of Labor Wage Determination 95-0222 Revision 10 dated 31 May 2001 is hereby incorporated and made apart of this contract. Copies will be available upon request. All responsible concerns may submit a offer which will be considered by the agency. All proposals to be submitted to Directorate of Contracting, Building 2172, 13 Street, Fort Campbell, Kentucky by 15 August 2001; 1:00 PM CT. Point of Contact for questions regarding this solicitation should be directed to Mr Duzan at (270)798-7857 or duzanc@emh2.campbell.army.mil.*****
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010816/VSOL002.HTM (D-226 SN50U9O1)
| V - Transportation, Travel and Relocation Services Index
|
Issue Index |
Created on August 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|