SOLICITATION NOTICE
V -- LEASE CASA 212
- Notice Date
- 12/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-04-Q-0020
- Response Due
- 1/16/2004
- Archive Date
- 1/31/2004
- Point of Contact
- Thelma Escobar, Purchasing Agent, Phone 757-492-7960 xt2228, Fax 757-492-7954,
- E-Mail Address
-
tescobar@mail.nswdg.navy.mil
- Description
- This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number, H92244-04-Q-0020 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. This procurement is restricted to small business set aside. All responses from responsible sources will be fully considered. NAIC Code 488190 size standards 500 employees or under. This synopsis/solicitation is for COMMERCIAL ITEMS. Clin 0001, One CASA-212, for a Military Free Fall (MFF) High Altitude Low Opening (HALO) para-ops proficiency/training mission. 23 February 2004/0900 through 26 March 2004/1630 local in Pinal Air Park, Marana, Arizona. Provide on-site training platform, jump site elevator service. Total amount of on-site flying hours for training are estimated at 100 hours on-site elevator service and 22 hours positioning and depositioning of aircraft to and trom training site. Daily usage will vary according to training profile requirements, averaging 3-5 hours per day. The following requirements are required. Contractor must be an AMC approved (inspected) vendor. Contractor must be FAA Part 135 certificated. Aircraft must be ramped and cabable of in-flight operations. Must be capable of 4 lifts minimum (5 preferred if cabable) per hour to an altitude of 13000 ft. Jump lights (red/green) in cargo compartment for jump master/aircrew coordination. Seating must be troop seats (military style canvas/nylon seats and extended length seat belts) for 16 jumpers per lift. Permanently installed static line cables ? no temporary installations. Intercom communications between aircrew and jumpmaster. Cargo compartment must be able to accommodate jumpers, instructors, safeties, and portable oxygen console. Aircrew must have oxygen system (portable or permanent). Standard VHF/AM radios required (UHF radio preferred if available). Configured for over the ramp static line operations. CASA-212 aircrew must be knowledgeable in current military free fall tactics and procedures relating to aircrew and jumpmaster interface/coordination. Provided aircrew must have had recent (past 120 days) military HALO MFF contracts with documented satisfactory performance. Must have applicable insurance coverage for parachute and HALO operations. Must meet FAA FAR requirements for HALO para-ops. CASA 212 must be configured for day and night HALO parachute operations. Solicitation Provision at FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2003) is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation Commercial Items (Oct 2003) is hereby incorporated, the evaluation factors are technical, price, and past performance. The government will make a determination of best value based on the evaluation factors cited. Contractors are reminded to submit a complete copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their quote, if readily available. If not, the clause will be forward for completion prior to award (Oct 2003). Clause 52.212-4, Contract terms and Conditions Commercial Items (Oct 2003) is hereby incorporated by reference. Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2003) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.219-6, Notice of Total Small Business Set-Aside (Jun 03), 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-1, Buy American Act Balance of Payments Program. Additionally, the following clauses are applicable to this solicitation, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 52.204-7004, Required Central Contractor Registration, 252.225-7000 Buy American Act Balance of Payment Program Certificate, 252.225-7001(Dev), Buy American Act and Balance of Payment Program, 52.232-33, Payment by Electronic Funds transfer Central Contractor Registration (Oct 2003), 52.233-3, Protest after award (Aug 1996), 52.243-5, Changes & changed coniditions (Apr 1984), 52.249-4, Termination for Convenience of the Government Services (Short Form) (Apr 1984) . The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Questions pertaining to the solicitation must be submitted in writing and may be faxed to 757-492-7954. Signed and dated quotes referencing the RFQ number USZA99-04-Q-0020, must be submitted, no later than 4:30 p.m.16 January 2004 to NSWDG, 1636 Regulus Ave, Bldg 313, Virginia Beach, VA 23461-2299. The quotes must provide sufficient detail on the proposed item to allow the government to make a best value determination.
- Record
- SN00495294-W 20031225/031223212727 (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 |