Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2005 FBO #1291
SOLICITATION NOTICE

V -- 50 Hours of Float Helicopter Service

Notice Date
6/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-05-T-0042
 
Response Due
6/16/2005
 
Archive Date
8/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICIT ATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Quotes shall reference Solicitation Number W912EP-05-T-0042. The Government intends to award one purchase order as a result of this announcement. This document incorporates provisions and clauses that are in effect through FAC 2001-26. It is the Contractors responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classifi cation System Code (NAICS) code is 481211 with the small business size standard of 1500 employees. This requirement is 100% set aside for small business. PURPOSE AND SCOPE: The purpose of this requirement is to provide U.S. Army Corps of Engineers (USACE), Jacksonville District float helicopter service in accordance with the following requirements: Charter - All expenses including fuel, aircraft repairs, aircraft maintenance, all labor (including all maintenance and/or repair parts), and travel (or dead head) charges from point of origin to Homestead, Tamiami and Ft. Lauderdale airports shall be in cluded within the per flight hour unit price. The minimum flight time hours (charter service with pilot) per scheduled flight shall be 2 hours, 0 minutes. Aircraft Requirements - Fixed-float, 5-turbine, 400 hp minimum type helicopter(s). Aircraft Inform ation - Contractor shall submit the Make, Model, Serial Number(s), and Year(s) for all aircraft to be utilized pursuant to contract(s) resulting from this RFB/Q. This information shall be submitted along with the contractors quotation and will be used to confirm that the quotation conforms to the Aircraft Requirements listed above. Geographic Positioning System Requirements - Installed and Operable Geographic Positioning System (GPS) shall be required. F.A.A. Requirements - Certification as a F.A.A. par t 135 operator. Working knowledge of the helicopters GPS. Aircraft and pilot shall be Department of Interior O.A.S. certified. Contractor shall submit proof of the certification with their quotation. In the event that the contractor(s) change operator (s) over the course of the contract, the contractor shall be required to submit proof of certification for the operator(s) prior to chartered flight by the new operator(s). Department of Defense Requirements - Contractor must be listed as an approved carr ier on the Department of Defense list. PERIOD OF PERFORMANCE: The solicitation requires helicopter services during the month July and August 2005 in accordance with the below itinerary. Helicopter shall be ready to depart from the airports noted on the attached itinerary each business day during the period of perfor mance. * Please note that dates are flexible, but would prefer consecutive dates. Alligator Nesting Aircraft Requested: Float Helicopter Passengers: 3 Any Specifics: Weekdays, consecutive dates preferred Departure Date: July (dates are flexible) Return Date: Leg # Depart From Time Arrive AtWill provide lat/long to pilot Time Day 1 Homestead GAA 7:30AM ENP  Shark 12:30PM Day 2 Homestead GAA 7:30AM Slough 12:30PM Day 3 Tamiami 7:30AM southern WCA 12:30PM Day 4 Tamiami 7:30AM southern WCA 12:30PM Day 5 Ft.Laud Executive 7:30AM northern WCA 12:30PM Crocodile Nesting Aircraft Requested: Float Helicopter Passengers: 3 Any Specifics: Weekdays, consecutive dates preferred Departure Date: Aug (dates are flexible) Return Date: Leg # Depart From Time Arrive At Time Day 1 Homestead GAA 7:30AM ENP along 12:30PM Day 2 Homestead GAA 7:30AM coast in FLA 12:30PM Day 3 Homestead GAA 7:30AM Bay from US1 12:30PM Day 4 Homestead GAA 7:30AM to Flamingo 12:30PM Day 5 Homestead GAA 7:30AM & up w. coast 12:30PM DELIVERABLES: The Contractor shall provide all labor, equipment, materials and transportation necessary unless otherwise specified in the statement of work. The proposed schedule of line items shall include pricing as follows: CLIN 0001 Float Helicopter Service and CL IN 0002 Travel & Per Diem. A cost breakdown shall be submitted. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following FAR provisions are applicable to the acquisition: 52.204-2, Central Contract Registration and 252.204-7004 Alt A, 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Comm ercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD: Award will be made to the responsive, responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evalua te offers: (1) technical acceptability (2) past performance; and (3) price. Technical Acceptability is defined as contractors ability to meet, or exceed, the required project requirement and schedule, certifications, submittal of requested documentation . To be technically acceptable, the responding bidder shall demonstrate recent relevant experience in the requested requirement and past performance information. Contractors are requested to submit past performance information to include the name, teleph one number, contract number and/or title, and period of performance for similar services performed. A best value award will be made to the bidder submitting an offer found to be most advantageous to the Government. The Government will determine technical acceptability during technical review. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. END OF CLAUSE. Contractors are reminded to submit a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial I tems. The FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses app licable to the solicitation: 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.22 2-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 5 2.252-6, Authorized Deviations in Clauses to include DFARS, Chapter 2. Additionally, DFARS 252.212-7001 (Deviation). LOCAL PROVISION: HAND-DELIVERING OFFERS TO THE PRUDENTIAL OFFICE BUILDING IN JACKSONVILLE If the offeror intends to hand-deliver the offer, it must be delivered to the Jacksonville Districts headquarters in the Prudential Office Building, 701 San Marco Blvd, Jacksonville, FL 32207. Access to this building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes o f determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, persons hand-delivering offers should call the contract specialist whose n ame a ppears in the solicitation and ask the specialist to send someone to the security desk to take possession of the offer. Persons hand-delivering offers should take care to arrive at the Prudential Building in sufficient time to permit completion of securit y requirements and delivery of the offer to the designated office prior to the time set for receipt of offers. (End of paragraph 999.204-1) ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS [SIMPLIFIED ACQUISITIONS] The term 'offer,' as used throughout FAR 52.212-1, shall mean 'quotation.' The following paragraphs of FAR 52.212-1 are tailored for this RFQ: (a) Small business size standard. The small business size standard and set-aside status may be found in block 10 of the SF 1449. If this requirement is for supplies and is set-aside for small business concerns, in order for the offeror to comply with t he set-aside, (1) if the total offer is $25,000 or less, the offeror may provide any domestic manufactured product, or; (2) if the offer exceeds $25,000, the offeror is required to provide a product manufactured by a small domestic firm unless a waiver is indicated in this paragraph. N/A (End of paragraph number 999.212-4001) QUOTES ARE DUE. Quotes shall be received at U.S. Army Corps of Engineers, ATTN: CESAJ-CT-S/Cassandra Williams, 701 San Marco Boulevard, Jacksonville, FL 32207 before or not later than 2:00 p.m. EST, Thursday, 16th June 2005. Fax submissions will be acce pted at (904) 232-2749 or via e-mail at cassandra.williams@saj02.usace.army.mil. It is the contractors responsibility to ensure that quotes are received by the Contract Specialist, Cassandra Williams by the due date and time. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price along with a cost breakdown; (2) completed Representations and Certifications, (3) proof of certifications, make and model of aircraft, past performance information; and (4) acknowledgement of any amendments that may be issued. Questions concerning this acquisition shall be submitted in writing via-e-mail or fax to contract specialist no later than 14th June 2005. Point of Contacts: Cassandra Williams, Contract Specialist, U.S. Army Corps of Engineers-Jacksonville District, CESAJ-CT-S, 701 San Marco Blvd, Jacksonville, FL 32207. Telephone number: 904-232-1387, FAX number: 904-232-2749. Via e-mail: Cassandra.Williams@saj0 2.usace.army.mil; Beth Myers, Contracting Officer, Telephone number: 904-232-3712. Via e-mail: Elizabeth.R.Myers@saj02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Jacksonville 701 San Marco Boulevard Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN00824187-W 20050609/050607212112 (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.