MODIFICATION
V -- AMENDMENT NUMBER 0001 TO SOLICITATION NUMBER DABK41-03-T-1516 FOR AIRLIFT SUPPORT SERVICES
- Notice Date
- 6/25/2003
- Notice Type
- Modification
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- DABK4103T1516
- Response Due
- 7/7/2003
- Archive Date
- 9/5/2003
- Point of Contact
- Becci Winkler, 928-328-6163
- E-Mail Address
-
Email your questions to ACA, Yuma Proving Ground - DABK41
(Becci.Winkler@yuma.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA The required response date/time has changed from 01-Jul-2003 12:00 AM to 07-Jul-2003 11:00 AM. The following have been added by full text: AMENDMENT NUMBER 0001 TO SOLICITATION NUMBER DABK41-03-T-1516 FOR AIRLIFT SUPPORT SERVICES 1. This is amendment 0001 to Solicitation No. DABK41-03-T-1516 entitled is Airlift Support Services issued to answer questions in response to the solicitation as follows: Q.1. There are several references to backup aircraft and 2 hour response time to YPG. Is this a guaranteed type contract, one that pays the contractor to have the aircraft available? Or is this a call when needed contract? A.1. The contractor should include in their proposal any guaranteed payments they need to provide the response time required. You are permitted to offer alternate response times with and without guarantee payments included in your proposal. Q.2. There are references to FAR Part 91/public use operation as well as operation IAW DoDD 4500.53. DoD 4500.53 requires FAR Part 135 and AMC inspected/approved. Will the Government waive the 4500.53 requirements and accept a part 91 operated aircraft? A.2. The contractor should include in their proposal any non-compliance with FAR Part 91, FAR Part 135, and DoD 4500.53. YPG will consider waiving some non-compliance to DoD 4500.53, specifically the AMC inspection/approval since you are flying on a comme rcial basis. Q.3. Reference is made to aircraft refueling being conducted by YPG personnel at YPG. Does the Government intent to provide Fuel at no cost to the contractor? A.3. The contractor can propose a wet (with contractor provided fuel) price and/or a dry (YPG provided fuel) price. If the contractor provides the fuel as part of the offer (fuel included) price, it is the contractor??????s choice whether the fuel is purc hased from YPG or the Contractor obtains fuel at any other location. We are unable to guarantee fuel prices at YPG as military fuel prices fluctuate the same as the commercial world. Q.3.A. If not, is the contractor required to refuel at YPG or at the contractor??????s choice? A.3.A. See answer A.3 above. Q.3.B. If the contractor is required to purchase fuel at YPG, will the Government guarantee a price? A.3.B. It is not mandated that you purchase from YPG. See answer A.3 above Q.4. Reference is made to insurance requirements for Work Comp, General Liability and auto liability however no reference is made to aircraft passenger liability or third party liability (working off the reservation). What are the aircraft related insuranc e requirements? A.4. Other than the standard commercial insurance requirements of FAR 52.228-5 (beginning on page 30) and stated minimum insurance requirements within the Addenda to FAR 52.228-5 (page 33), we impose no additional Federal Aviation Administration, Military or other civil insurance requirements. Q.5. In the C-123 Evaluation Criteria, reference is made to installation of a full set of intermediate roller conveyors. Please provide the dimensions of the reference set of rollers. A.5. Yuma Proving Ground no longer has access to C-123 technical data, as it is no longer in the AF inventory. General information on the rollers is that there should be four rows of rollers that run from the forward bulkhead to the end of the cargo ramp. The rollers should be mechanically affixed to the aircraft floor (not simply tied down). Each roller is approx 2 inches in diameter and 4 inches long and assembled into long rows. Q.6. In a two places in the solicitation Department of Defense Directive 5400.53 is mentioned. Is this a typo? Was Department of Defense Directive 4500.53 intended instead? DoD Directive 4500.53 is Department of Defense Commercial Air Transportation Qualit y and Safety Review Program. A Contractor would require this directive to waived as no C-130 aircraft as specifically requested in the solicitation is capable of meeting this directive. Is there a web site where the directive can be reviewe d and thoroughly read for complete understanding of all implications, or can a copy be requested via e-mail? A.6. This was a typographical mistake and the correct citation is Department of Defense Directive (DoDD) is 4500.53 and the directive may be viewed on the Internet at the following web site http://www.dtic.mil/whs/directives/corres/pdf/d450053_121200/d4500 53p.pdf address. It is the intent of YPG to ensure that the aircraft offered for use receive proper certification for the aircraft type. If your aircraft required such certification, then you must obtain such certification and provide it with your proposal . If the certification does not apply to the type of aircraft you are offering, then your aircraft would automatically be exempt from such aircraft certification and you may address this exemption in your proposal to the Government. Q.7. The bottom of page 35 mentions?????? Aircraft operator will hold appropriate Federal Aviation Administration certification?????? to which proper FAA certification or CFR title 14 does this reference? A.7. The aircraft is to be operated and maintained in accordance with Title 14 Code of Federal Regulations, Part 91. The pilots shall hold the appropriate FAA type rating for the aircraft they are providing. An example might be commercial, multi-engine in strument rating. The pilot ratings should be provided in the proposals. Q.8. After award of the contract, are aircraft locked in and must be made available upon request at YPG no matter what other work the aircraft could presently be engaged in, or is there flexibility to allow the aircraft to complete other work it may be eng aged in, prior to reporting for duty at YPG? In other words, is the submitted aircraft and crew locked in for immediate call from July 2003 through September of 2006? A.8. As most of our testing is planned, it is YPG??????s intent to always give as much advance notification for missions to any company supplying support aircraft under the resultant contract(s) from this solicitation. Providing your commercial schedule wi ll assist USAYPG is planning its schedule ahead of time. We recognize that you have business outside YPG and will coordinate fully with you to maintain schedules. There may be instances when military aircraft supporting missions may depart on an unschedule d basis. In such a case, YPG will give a minimum of a 72-hour notice, and if required, will provide you cancellation notification within 24 hours of execution of the test. 2. In order to consider the impact of these answers, the date and time set for receipt of proposals is extended and Contractors are to provide their proposal NO LATER THAN 11:00 AM, MST on 07 JULY 2003. 3. All offerors must acknowledge that they have received and read Amendment 0001 within their written proposals to the government.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00356790-W 20030627/030626003527 (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 |