Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
MODIFICATION

V -- Lease CASA-212 and C-130

Notice Date
7/23/2004
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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-0075
 
Response Due
7/26/2004
 
Archive Date
8/10/2004
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 727-492-7960 X2210, Fax 727-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CORRECT THE DATES FOR THE FOLLOWING CLAUSES: 1) 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JAN 2004); 2) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (MAY 2004); 3) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2003); 4) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL (JUNE 2004). NO OTHER REVISIONS ARE BEING MADE AS PER THIS AMENDMENT. 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; proposals are being requested and a written solicitation will not be issued. The DPAS rating for this procurement is DO. The Solicitation Number, H92244-04-Q-0075 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 effective 18 June 2004. This procurement is issued as Unrestrictive. All responses from responsible sources will be fully considered. NAICS Code 488190 size standards 500 employees or under. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: Clin 0001 Lease Two (2) each, CASA-212 During Period of 2-6 August 2004 and Lease One (1) each, CASA-212 During Period of 9-20 August 2004 for Military Free Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training Mission. Locations are Suffolk Airport, Virginia and Camp Pendleton, Virginia Beach, Virginia and additional local military drop zones. Specifications are as follows: Vendor shall be an AMC approved (inspected) vendor and FAA Part 135 certified. Aircraft must be ramped and capable of in-flight operations. Must be capable of 4 lifts minimum (5 preferred if capable) per hour to an altitude of 13,000 feet. 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 (CASA-212 minimum size). 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 freefall 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. All contractor personnel must be United States citizens. Contractor shall provide on-site training platform, jump site elevator service. Total amount of on-site flying hours for training are estimated at 80 hours elevator service and 16 hours of positioning ad depositioning of aircraft to and from training site, averaging 3.0-5.0 hours per day. Clin 0002 Lease Two (2) each, CASA-212 During Period of 6-18 September 2004 at Pinal Air Park, Marana, Arizona and Lease One (1) each, CASA-212 During Period of 12-18 September 2004 at Colorado Springs, Colorado for Military Free Fall (MFF) High Altitude Low Opening (HALO) Proficiency Training Mission. Locations are Kodiak Drop Zone, Pinal Air Park, Marana, Arizona and other militqary surveyed drop zones in the vicinity of Pinal Air Park, Marana, Arizona and Colorado Springs, Colorado. Specifications are as follows: Vendor shall be an AMC approved (inspected) vendor. Vendor shall be FAA Part 135 certified. Aircraft must be ramped and capable of in-flight operations. Must be capable of 4 lifts minimum (5 preferred if capable) per hour to an altitude of 13,000 feet. 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 instructors, safeties, and portable oxygen console (CASA-212 minimum size). Aircrew must have oxygen system (portable or permanent). Standard VFH/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. All contractor personnel must be United States citizens. Contractor shall provide on-site training platform, jump site elevator service for Monday, 6 September 2004/0500 Local through Saturday, 18 September 2004/1630 Local for Pinal Air Park, Arizona requirements and Sunday, 12 September 2004/0500 Local through Saturday, 18 September 2004/1630 Local for Colorado Springs, Colorado requirements. Total amount of on-site flying hours for training are estimated at 80 hours elevator service and 44 hours positioning and depositioning of aircraft to and from the Pinal Air Park, Arizona training site. Total amount of on-site flying hours for training are estimated at 24 hours elevator service and 22 hours positioning and depositioning of aircraft to and from the Colorado Springs, Colorado training site. Aircraft may be utilized to support movement of mission essential/required airops equipment between unit?s home station (Virginia) and para-ops training sites (Arizona and Colorado). Daily usage will vary according to training profile requirements, averaging 3.0-5.0 hours per day for approximately 40 individuals. Training shall consist of daytime and nighttime evolutions as designated by government personnel. Clin 0003 Lease One (1) each, C-130 During Period of 2-6 August 2004 at Pinal Air Park, Marana, AZ. Locations are Pinal Air Park, Marana, Arizona and surrounding local military surveyed drop zones. Aircraft must be ramped and capable of in-flight operations. Specifications are as follows: 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 45+ jumpers per lift. Permanently installed static line cables ? no temporary installations. Intercom communications between aircrew and jumpmaster 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 operations. C-130 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. C-130 must be configured for day and night HALO parachute operations. Contractor shall provide on-site training platform, jump site elevator service, for Monday, 02 August 2004/0500 Local through 06 August 2004/1630 Local. Total amount of on-site flying hours for training are estimated at 22.5 hours elevator service; and 2.0 hours positioning and depositioning of aircraft to and from training site. Daily usage will vary according to training profile requirements, averaging 3.5 hours per day for approximately 70 individuals. Training will consist of daytime and nighttime evolutions as designated by government personnel. Clin 0004 Lease One (1) each, CASA-212 During Period of 9-20 August 2004. Locations are Pinal Air Park, Marana, Arizona and other military surveyed drop zones in the vicinity of Pinal Air Park, Marana, Arizona. Specifications are as follows: Vendor should be an AMC approved (inspected) vendor. Vendor should be FAA Part 135 certified. Aircraft must be ramped and capable of in-flight operations. Must be capable of 4 lifts minimum (5 preferred if capable) per hour to an altitude of 13,000 feet. Jump lights (green/red) in cargo apartment 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 (CASA-212 minimum size). 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. All contractor personnel must be United States citizens.The contractor shall provide on-site training platform, jump site elevator service for Monday, 9 August 2004/0800 Local through Friday, 20 August 2004/1630 Local. Total amount of on-site flying hours for training are estimated at 40 hours elevator service and 22 hours positioning and depositioning of aircraft to and from training site. Daily usage will vary according to training profile requirements, averaging 3.0-5.0 hours per day for approximately 40 individuals. Clin 0005 Lease One (1) each, C-130 During Period of 20-23 September 2004 for Military Free Fall (MFF) High Altitude Low Opening (HALO) Full Mission Profile (FMP) Field Training Exercise. Locations are Michael Army Airfield, Dugway Proving Grounds, Utah and surrounding area military surveyed drop zones. Specifications are as follows: Aircraft must be ramped and capable of in-flight operations. 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 approximately 45 jumpers per lift. Permamently 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 operations. C-130 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 appllicable insurance coverage for parachute and HALO operations. Must meet FAA FAR requirements for HALO para-ops. C-130 must be configured for day and night HALO parachute operations. The contractor shall provide on-site training platform, jump site elevator service for 20-23 September 2004. Total amount of on-site elevator service; and positioning and depositioning of aircraft to and from the training site is estimated at 18 hours. Daily usage will vary according to training profile requirements, averaging 3.5 hours per day as determined by the U.S. military personnel engaging in the training is approximately 50 individuals. Training will consist of daytime and nighttime evolutions as designated by the government. The following provisions and clauses apply to this acquisition: The provision at 52.212-1 Instructions to Offerors ? Commercial Items (Oct 2000) applies to this acquisition. The provision at 52.212-2 Evaluation ? Commercial Items (Jan 1999) applies. A copy of this clause can be found at http://www.arnet.gov/far. The provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial (June 2003), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government - Alternate I (Oct 1995), FAR 52.232-33 , Payment by Electronic Funds Transfer (May 1999) applies, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items (June 2004) applies, DFARS 252.225-7001, Buy American Act and Balance of Payment Program (April 2003) applies; and DFARS 252.211-7003 Item Identification and Valuation (January 2004) applies. Quotations shall include the vendor?s Cage Code, Dun and Bradstreet (DUN) Number, and Tax Identification Number (TIN). Should industry have any questions, please contact Christine Anderson at canderson@mail.nswdg.navy.mil. Quotations should be on company letterhead in company format and must be sent to the attention of Christine Anderson at canderson@mail.nswdg.navy.mil or by fax at (757) 492-7954. Quotes are required to be received no later than 12:00pm EST, Monday, July 26, 2004. Award shall be made to the responsive, responsible offeror quoting the lowest overall evaluated price who meets the government?s minimum needs as per the technical specifications herein. The prospective offeror must be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov prior to award.
 
Place of Performance
Address: 1636 Regulus Avenue, Bldg. 313, Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00629865-W 20040725/040723212944 (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.