Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

V -- Rental of Jet Airliner

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
DEPT OF THE INTERIOR, NBC, AVIATION MANAGEMENT 4405 Lear Court Anchorage AK 99502
 
ZIP Code
99502
 
Solicitation Number
06P036C
 
Response Due
11/3/2006
 
Archive Date
9/18/2007
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation Number: 06P036C - This solicitation is issued as a request for quotation (RFQ). Objective: To obtain fully vendor operated and maintained large Jet Airliner in support of the U.S. Fish and Wildlife Service to move passengers from Honolulu, Hawaii to Midway Atoll, Henderson Airfield, standby at Midway and return passengers to Honolulu, Hawaii. This flight will be flown on June 4, 2007. Aircraft will depart approximately 0930 HST from Honolulu International Airport, Hawaii. Aircraft will standby after arriving Henderson Airfield Midway Atoll and depart approximately 2000 SST. Funds are available contingent upon passage by Congress. Vendor Requirements: Federal Aviation Administration Part 121 Commercial Air Carrier Certificate with extended over water approval. Aircraft Requirements: One (1) Boeing 737-700 or equivalent Minimum of 124 passenger seats in the standard commercial seating arrangement. Passengers will have limited baggage. Flight crew(s) to cover 6-7 hours of flight time and 8-9 hours of ground time. Flight attendants as required. Mechanic certified for Type Aircraft. Available aircraft space will be used to transport supplies and food to Midway personnel up to legal gross capacity of aircraft. Ability to land on an 8,000 foot asphalt paved hard surface with 2,000 foot of crushed coral overrun at 84 degrees Fahrenheit, elevation 50 feet. One light meal with refreshments for each passenger on leg from Honolulu, HI to Midway Atoll. One light snack plus refreshments for each passenger on the return to Honolulu, HI. Government furnished: Government will provide equipment for on/off loading of all passengers including aged, infirm, and disabled at Midway. Terms and Conditions: This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 11. Use period: Aircraft should be at Honolulu International Airport on June 4, 2007. Depart HNL approximately 0930 HST for Henderson Field, Midway Atoll. Remain on the ground until approximately 2000 SST and depart Midway for Honolulu, HI., arriving approximately 2400 HST. Instruction To Offerors: Clauses applying to this acquisition: The following clauses and provisions are hereby incorporated by reference and available at www.acquisition.gov/far: 52.212-1, Instructions to Offerors - Commercial (JAN 2006) 52.212-2, Evaluation - Commercial Items (JAN 1999) 52.212-3, Offeror Representations and Certifications of Commercial Items - (JUNE 2006) 52.212-4, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (SEPT 2005) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2006) Addenda to Contract Terms and Conditions 52.212-1, Instructions to Offerors: Paragraph (a): Insert the following: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Aircraft capability: Aircraft must meet aircraft requirements above on a pass or fail basis. 52.212-3, Offeror Representations and Certifications of Commercial Items: Notice: Offeror shall submit a completed copy of the provision with its offer. 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items: The following clauses under paragraph (b) are selected: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JULY 1995), with Alternate I (OCT 1995) (41U.S.C. 253g and 10 U.S.C. 2402). (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637 (d)(2) and (3)). (9) 52.219.14, Limitations on Subcontracting (DEC 1996)(15U.S.C. 637(a)(14)). (14) 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755) (16) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) (17) 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212) (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212) (32) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999)(31 U.S.C. 4212). The following clauses under paragraph ? are selected: (1) 52.222-41, Service Contract Act of 1965, as Amended (JULY 2005)(41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989)(29 U.S.C. 206 and 41 U.S.C. 351 et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts)(MAY 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The following Department of Labor Wage Determination is hereby incorporated by Reference (full text available at www.wdol.gov/index): DOL WAGE DETERMINATION NO. 1995-0222, REV. 20 DATED 05/24/06 Area: Nationwide Applicable Occupation: Airplane Pilot Minimum Hourly Wage: $22.81 WD 1995-0222 Rev. 20 and WD 1995-0221 Rev. 16 1. Health & Welfare: $3.01 per hour or $120.40 per week or $521.73 per month 2. Holidays: Minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day and Christmas Day. (A Contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (Reg. 29 CFR 4.174). Submission of Offers: Closing date set for receipt of offers is August 18, 2006 at 2:00 pm local time Anchorage, Alaska. Offers should be faxed to (907) 271-6080 prior to the established due date above. Contact Information: Questions as a result of this requirement should be directed to Jan A. Bennett at (907) 271-3935. If you are interested in submitting an offer in response to this solicitation, please contact Jan A. Bennett for a formatted version of this document.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=AS140600&objId=94643)
 
Place of Performance
Address: Honolulu, Hawaii
Zip Code: 96850
Country: USA
 
Record
SN01147196-W 20060920/060918221352 (fbodaily.com)
 
Source
FedBizOpps 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.