SOLICITATION NOTICE
W -- Rental/Lease Fixed Wing Aircraft
- Notice Date
- 12/5/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
- ZIP Code
- 55403
- Solicitation Number
- APWSWROK-0007-3
- Archive Date
- 1/2/2003
- Point of Contact
- Charlene Lambert, Purchasing Agent, Phone 612-370-2113, Fax 612-370-2136, - Charlene Lambert, Purchasing Agent, Phone 612-370-2113, Fax 612-370-2136,
- E-Mail Address
-
Charlene.Lambert@usda.gov, Charlene.Lambert@usda.gov
- Description
- The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), 2800 North Lincoln Blvd, 2nd Floor, Oklahoma City, OK 73105 intends to lease/rent a fixed wing aircraft in accordance with the specifications here in for use by the United States Department of Agriculture (USDA), Wildlife Services (WS), in support of predator control activities within the State of Oklahoma. Flights may not be required for extended periods because of lack of predation or inclement weather conditions, but the aircraft must be available to provide services when needed upon 24 hours notice. Specifications are as follows: 1. The aircraft for Weathford Oklahoma shall be a Piper PA-18, A1, A1-A, A1-B or equivalent: a single engine high wing, two place (tandem) aircraft of not less than 150 horsepower and shall be highly maneuverable with short field takeoff and landing (STOL) characteristics. 2. The aircraft, engine and any "time change" components shall have not less than 400 hours remaining before required overhaul time at the start of the contract. The aircraft must comply with its type design. Any modifications shall have either a STC approval or a Form 337 approval. All surfaces of the wings, empennage and fuselage shall be free of damage. All repairs must be of an approve type so as to return the aircraft to a new, or equal to new condition. The landing gear shall be maintained in accordance with manufacturer's specifications. The tires shall be free of cuts and worn areas. 3. All fluid systems in the aircraft shall be free of leaks. 4. All windows and windshields must be clean, and free of scratches that hinder visibility. The aircraft interior must be clean and neat. There must be no unrepaired tears, rips or other damage in the upholstery or headliner. The exterior finish and paint must be clean and in good condition. 5. The instrument and control panels shall be finished with non reflective paint. Each control and instrument required to be labeled shall be so labeled in accordance with the aircraft's type design. 6. Aircraft shall be equipped in accordance with FAR 91, VFR day and night. 7. An approved fire extinguisher, a first aid kit and survival kit shall be furnished by APHIS, WS personnel and carried aboard the aircraft on all flights. 8. Full electrical system including generator or alternator, battery and starter. 9. Interphone system between pilot and gunner, that is capable of "hands free" or "push to talk" operation at the gunner's position. 10. Engine hour meter reading in hours and tenths, or hours and hundredths, actuated by an engine oil pressure switch to record engine running time only. Special equipment to the Piper aircraft, or equivalent: 1. The aircraft will be required to be transferred from standard air worthiness certificate normal/utility category to special air worthiness certificate restricted category to increase gross weight from 1750 pounds and 1500 pounds in normal and utility categories respectively to 2000 pounds in restricted category, or may be certified for 200 pounds gross weight in standard category by STC approval. This will consist of an inspection by USDA/APHIS/WS. This will consist of an inspection by USDA/APHIS/WS via a field approval FAA Form 337. Attaching hardware as described in the FAA Form 337 must be replaced every 12 months or 1000 hour, whichever occurs first. 2. Main wheel conversion as specified in STC SA279AL, or equal, which provides for wheel/tire combination, a diameter of at least 21 inches. 3. Boundary Layer brand Vortex Generators are to be installed. 4. Shoulder harness for both seats with inertia reel for rear seat (Installation similar, but not limited to, examples found in FAA Advisory Circular 43.13-2, Chapter 9). 5. Left side shooting window only and will be capable of being locked open in flight to provide adequate angle of fire for gunner. Window size limited to a maximum of 22 inches measured from front to rear of opening. 6. Rear seat control stick removable and adequate protection provided for control mechanism and under seat area to prevent ejected shells, etc., from interfering with the controls. 7. Protection for, or removal of, rear seat throttle quadrant to prevent interference by gunner. 8. "High visibility" marking applied to aircraft as follows: a. Paint outer 4 inches of rear face of propeller: b. Paint or tape leading edge of wing strut on shooting side. 9. Large tail wheel of the "Scott" or "Maule" type, or equivalent, which is approved for the aircraft. (Similar, but not limited to, those found in PA-18 aircraft specifications #1A2, #204.) The NAICS code is 488190. With a small business size standard of no more than 6 million average annual receipts for an offeror's preceding 3 years. This is a firm fixed price contract. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-09(b). Applicable FAR clauses are incorporated by reference; Prompt Payment 52.249-1(4/84); Changes-Fixed Price 52.243-1(8/87); Instructions to Offerors-Commercial 52.212-1 (10/00); Evaluation-Commercial Items 52.212.2 (01/99); Offeror Representations and Certifications 52.212-3 (07/02); Contract Terms and Conditions-Commercial Items 52.212-4 (02/02); Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5 (05/02). All offers must be signed. Offers should include tax payer identification number___________________________ DUNS number_______________ and business size_______________________. Award will be made to the responsive and responsible offeror whose offer conforms to the requirements and represents the best value to the Government, technical quality and past performance and cost or price related factors considered. For this acquisition the combined weight of technical factors and past performance is more important than cost or price related factors. The following factors will be used in the evaluation: 1. AIRCRAFT CONFORMITY TO WILDLIFE SERVICES SAFETY STANDARDS AND AIRCRAFT APPEARANCE. 2. BACKUP AIRCRAFT CONTINGENCY PLAN. 3. CONTRACTOR PAST PERFORMANCE IN MEETING INSPECTIONS SCHEDULES AND COMPLETION DATES. 3. FINANCIAL RESOURCES DEMONSTRATION OF ADEQUATE FINANCIAL RESOURCES AND STABILITY TO SUPPORT COST OF OPERATION. Offeror's proposal shall contain: 1. All required documentation and certifications, as stated in this performance work statement. 2. A contingency plan for providing back-up parts. 3. Certification from the appropriate aviation air worthiness authority for any aircraft modifications. 4. Aircraft maintenance records and schedule. 5. Past operational history. Aircraft may be inspected prior to award to ensure conformance with the specifications. Proposals are due: Thursday, December 19, 2002, at 10:00 am CST. Proposals may be faxed to 612-370-2136 with signed original forwarded by mail to: USDA APHIS Purchasing, ATTN: Charlene, Butler Square West, 5th Floor, 100 North 6th Street, Minneapolis, MN 55403. Referenced FAR clauses can be accessed for review on the Internet at the following web site: http:/www.arnet.gov/far. All offers must be signed.
- Place of Performance
- Address: 2800 N. Lincoln Blvd, Oklahoma City, OK
- Zip Code: 73105
- Country: US
- Zip Code: 73105
- Record
- SN00217409-W 20021207/021205213324 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |