SOLICITATION NOTICE
R -- AVIATION RISK INSURANCE
- Notice Date
- 5/21/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- PO Box 5400 Albuquerque, NM
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ52-07NA28015
- Response Due
- 6/6/2007
- Archive Date
- 12/6/2007
- Small Business Set-Aside
- Total Small Business
- Description
- AVIATION LIABILITY INSURANCE: This is a combined synopsis/solicitation for a commercial items prepared 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference Request for Quotation No. DE-RQ52-07NA28015." This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. This acquisition is a 100% small business set-aside in accordance with FAR 19.502-2. The NAICS code is 524210, size standard of $6.5M as defined in FAR 19.101. This announcement provides notice that the Department of Energy (DOE), National Nuclear Security Administration (NNSA), Office of Secure Transportation (OST), Aviation Operations Branch (AOB) has a current requirement for a commercial acquisition of aviation liability insurance for its fleet of aircraft operating from both New Mexico and Nevada. The objective of this acquisition is to provide immediate reimbursable emergency payments in the form of liability coverage to potentially injured parties as a result of OST aircraft operation. This coverage should include coverage to Third Parties including Passengers and Crew Baggage (including declared values), Personal Effects Liability, and Cargo Liability (including declared values). The aircraft to be covered currently are: 2 DC-9-15???s 1 DC-9-33 1 Lear 35A 1 Gulfstream III 2 DHC-6???s 2 King Air B200???s 1 King Air B200C 2 Bell 412???s Aircraft covered may change over the term of the contract. Usual areas of operation are continental USA but occasional travel abroad is possible. The minimum liabilities to be provided are: Combined Single Limit Bodily Injury, Property Damage, and Passenger Legal Liability USD $100,000,000.00 any one aircraft/occurrence. Extended Coverage Endorsement (Aviation Liabilities) provides a minimum sub-limit of USD $50,000,000.00 any one occurrence and in the annual aggregate, except in respect of passengers to whom the full policy limit shall apply excess of a deductible of USD $100,000,000 each and every occurrence (including fees and expenses). Small business offerors are limited to agents capable of insuring both general and commercial aviation aircraft and are correspondents with Lloyd???s of London or other underwriters/markets capable of covering the exposure. Proof of correspondence capability must be provided with quotation. If underwriters and/or markets other than Lloyd???s of London are to be used, proof of the leader??? s ability to provide the required coverage must also be included into the quotation. The contract will be an Indefinite-Delivery, Indefinite-Quantity instrument with fixed-price task orders issued on a yearly basis. The contract period of performance will be for a 5-year term, with coverage commencing on July 23, 2007. All quotations must consist of the following: Commission Rate Structure Offeror must provide its commission rate for the minimum stated coverages. No additional fees, overrides, bonuses or contingency fees may be paid to the agent from any carrier. Before the contract is awarded to the offeror, offeror must be registered on the following websites: http://www.ccr.gov and http://vets100.cudenver.edu. The offeror must also include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items (March 2005) or note that offeror is registered on the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those offerors who can furnish the items that meet all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price and technically acceptable offer received. All offerors will need to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (a) under FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies as do the following clauses under paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; 52.222-03, Convict Labor; 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: Lobbying Restriction (Energy & Water Development Appropriations Act, 2004) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror???s responsibility to monitor the IIPS site for the release of amendments (if any) and to verify successful transmission in accordance with the Proposal Submission instructions in the ???IIPS Users Guide for Contractors,??? prior to quote due date and time. For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/ or contact the E-Center Helpdesk at 1-800-683-0751 Monday-Friday 8 a.m.-8 p.m. EST or at helpdesk@pr.doe.gov. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 4:00 p.m. MDT June 6, 2007. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist: David A. Nienow, at the following E-mail address: dnienow@doeal. Please do not contact the Contracting Officer.
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/34B5625AD8700CF4852572E200521AD6?OpenDocument)
- Record
- SN01299238-W 20070523/070521220317 (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 |