Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

A -- AERIAL RESEARCH SERVICES

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-04-R-DB03
 
Response Due
6/1/2004
 
Archive Date
6/1/2005
 
Point of Contact
Daniel Brinkworth, Contract Specialist, Phone 202-767-6746, Fax 202-767-6197,
 
E-Mail Address
brinkworth@contracts.nrl.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-04-R-DB03 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-23 and DFARS Change Notice 20040513. The associated small business size standard is 1500 employees. CLIN 0001, The Contractor shall provide aircraft and personnel for aerial research in accordance with the Statement of Work. Maximum Not-to-Exceed $5,000,000, 0001AA year 1$ per hr., 0001AB year 2 $ per hr., 0001AC year 3 $ per hr., 0001AD year 4 $ per hr., and 0001AE year 5 $ per hr. In addition to the hourly price for aircraft and personnel, the contractor should include in his hourly price anticipated expenses associated with configuring and storing the aircraft in accordance with the requirements. DESCRIPTION; NRL has a requirement for indefinite quantity of flight hours and services. The contractor shall support the Naval Research Laboratory (NRL) in the area of research and development by providing an airborne platform, and required flight crew to include all maintenance and operational support required to maintain an aircraft for the exclusive use for NRL mission requirements over a five-year period of performance. The aircraft shall be a Super King Air 350, Beech 1900D, or equivalent possessing the following salient characteristics. The aircraft must be, passenger/transport narrow body (single aisle) turbine powered aircraft that meets or exceeds all specifications of its Type Certificate in accordance with Federal Aviation Regulation Part 25 and at the time of delivery possesses a valid FAA issued Certificate of Airworthiness. Aircraft must be certified for day, night, VFR, IFR operations and flight into known icing. The aircraft must be equipped for over water operations in accordance with Federal Aviation Regulation 91.509. The aircraft must not have sustained any substantial damage as defined by National Transportation Safety Board Subpart A, General 830.2. Experimental certified aircraft are not acceptable and will not be considered for this effort. The aircraft shall have the following capabilities and equipment at the time of delivery to NRL; Compliance with all published FAA Airworthiness Directives; Compliance with all calendar, flight hour, flight cycle maintenance inspections/events from either a manufacturer or FAA approved maintenance program, A current Minimum Equipment List (MEL) for Part 91 operators complete with Maintenance (M) and Operators (O) procedures, The aircraft must be certified for single pilot operations and have a minimum passenger capacity of 4 to include co-pilot seat, Minimum Power requirement of 4000 watts must be supplied to four electronic equipment racks, The Aircraft shall have a payload capability of not less than 3800 lbs (equipment and four passengers), Removable Antennas Mounting System on the undercarriage of aircraft. The mounting System must house antennas as described in Attachment 1.0 and 2.0. The Contractor shall mount antennas within the areas described in Attachment 2.0, Sustained speed of 110-300 knots indicated airspeed, Cruise at 25,000 feet Mean Sea Level (MSL) or greater, Flight Duration of a minimum of 3 hours plus instrument flight rules (IFR) reserve at 20,000 feet MSL, Cabin must be pressurized between (5.0 to 6.6 PSI), and Cabin Dimensions must accommodate three passengers and four equipment racks with a dimension of 53 inches high, 22 inches wide and 30 inches deep for each rack. The Government shall provide all non-aircraft equipment for the execution of this effort. This includes antenna units as described in Attachment 1.0 and 1.1 to include GPS antennas and test equipment hardware software and cabling. Aircraft shall be stored within 35 miles of Reagan National airport measured from due west and due east and all points south of airport. For each mission the contractor shall insure the research aircraft is equipped with the appropriate survival gear and be capable of over water and international flight within 48 hours after notification. The contractor in conjunction with the Naval Research laboratory (NRL) shall coordinate with airspace management at research sites for appropriate flight clearances. The contractor will be responsible for all flight aspects to include ferrying the aircraft to designated sites, and the execution of flights in support of research and development missions. The contractor shall provide Commercial rated IFR flight crew certified for the selected mission aircraft. The contractor is responsible for obtaining Federal Aviation Administration FAA Airworthiness Release for all Missions. The Naval Research Laboratory will utilize the aircraft for missions within the Washington D.C. area and other designated locations throughout the U.S. and overseas. The Contractor shall ensure and provide a properly trained and certificated crew if and when the aircraft is flown out of country on an NRL mission. The aircraft shall be dedicated to NRL with the exception of formal request from the contractor stating date and timeframe of non-NRL support followed by written approval from COR. Under no circumstances will NRL efforts be affected by non-NRL efforts. The contractor shall provide dedicated support of aircraft operations at the Main Operating Base (MOB) to include outside of the designated MOB. The contractor will be required to provide hanger and office space, which will accommodate aircraft storage at the MOB. The above referenced attachments may be accessed at the site provided for the addenda below. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. The period of performance shall be from date of Contract Award through five (5) years. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate the offers: (i) Technical capability of the item offered to meet the Government requirement. Offeror?s proposing an ?equal? to the aircraft identified in the requirements, should provide detail on how the proposed aircraft meets the salient features and mission requirements to include all Attachments, (ii) Price and (iii) Past Performance (see FAR 15.304). Technical capabilities of the item offered to meet the government requirement and past performance, when combined, are more important than price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items. which are identified as B and available electronically at : http://heron.nrl.navy.mil/contracts/reps&certs.htm The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The addenda to the clause are available at http://heron.nrl.navy.mil/contracts/RFP/04db03.htm The additional FAR clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, The DFARs clause at 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. The additional clauses cited within this clause are applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional DFAR clauses apply: 252.247-7023, 252.247-7024, and 252.204-7004. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer, code 3230DB.The package should be marked with the solicitation number, due date and time. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm See Numbered Note 1.
 
Place of Performance
Address: As Directed
 
Record
SN00586515-W 20040516/040514212446 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.