Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
MODIFICATION

R -- MD-80 and B-737 Contract Pilots

Notice Date
6/11/2007
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 5900 Air Cargo Road, Oklahoma City, OK, 73159-1198, UNITED STATES
 
ZIP Code
73159-1198
 
Solicitation Number
DJMS-07-Q-0023
 
Response Due
6/15/2007
 
Point of Contact
Larry Park, Contract Specialist, Phone 405/680-3424, Fax 405/680-3466,
 
E-Mail Address
larry.park@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation/Synopsis DJMS-07-Q-0023 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The United States Marshals Service (USMS) has a requirement for Contract Pilots at the USMS facilities in Oklahoma City, OK; Mesa, AZ; and Alexandria, Louisiana. 0001 Boeing 737 Aircraft, Oklahoma City OK, Estimated 20 Flight Days 0002 MD-80 Aircraft Pilots, Mesa AZ, Estimated 120 Flight Days 0003 Boeing 737 Aircraft, Alexandria LA, Estimated 80 Flight Days The prices quoted shall include all travel, lodging, meals and incidental expenses for each pilot. The contractor shall provide temporary pilot services for MD-80 series aircraft out of the USMS operational sites in Mesa, AZ and Boeing 737 series aircraft out of the USMS operational site in Alexandria, LA and Oklahoma City, OK. This requirement is to meet a critical need of the USMS that can not be met by the current work force. The contractor remains legally responsible for each pilot provided under this contract and will supervise each pilot as defined at 5 USC 7103(a)(10). The contractor shall provide a pilot that meets all FAA requirements, including current type rating for the respective aircraft. All flights will be flown under FAA Part 91 regulations. All pilots shall be subject to security screening by USMS/JPATS personnel and shall submit the form USM-271. Contractors will not have unescorted access to USMS space/facilities. In addition, the contractor shall provide a copy of each pilot?s current license, medical class I or II, ATP, most current training in aircraft and flight hours in type and total flown. This information shall be provided to FAX 480-279-5898 (Mesa AZ), FAX (318) 473-7516 (Alexandria LA) and FAX (405) 680-3496 (Oklahoma City OK). The requirement is 100% set-aside for Small Business under NAICS code 488190. Other Support Activities for Air Transportation (Size Standard $6.5 Million). The period of performance is July 01 through June 30, 2008. The USMS is contemplating award of a firm fixed price purchase order, using simplified acquisition procedures for commercial items. Offerors will submit a price quote at the time of proposal submission. The award will be based on best value to the government, made to the offeror best demonstrating, the ability to satisfy the performance requirements with the lowest responsive quote. All line items will be awarded on a single purchase order. Interested offerors are requested to submit a quotation for this requirement to Sandra M. Fink, USMS, Justice Prisoner and Alien Transportation System (JPATS) 5900 Air Cargo Road, Oklahoma City OK 73159, FAX (405) 680-3472, or E-Mail Sandra.fink@usdoj.gov. FAR 52.212-1, Instructions to Offerors -- Commercial Items, is applicable. FAR 52.212-2, Evaluation -- Commercial Items, will be used to evaluate items as consistent with stated description of requirements(Ability to Meet FAA and Security Requirements) and Past Performance. IN ADDITION TO THE ABOVE STATEMENT OF WORK REQUIREMENTS, CONTRACTORS SHALL SUBMIT THE COMPLETED FORM USM-271 WITH THEIR PROPOSAL. THE CONTRACTOR SHALL PROVIDE A COPY(WITH THEIR PROPOSAL) OF EACH PILOT'S CURRENT LICENSE, MEDICAL CLASS I OR II, ATP, MOST CURRENT TRAINING IN AIRCRAFT AND AIRCRAFT FLIGHT HOURS IN TYPE AND TOTAL FLOWN. Contractor will submit a completed copy of the FAR Part 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2006). FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this aJan 2006); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.216-18 Ordering(Oct 1995)Applicable fill-ins (a) July 01, 2007 ? June 30, 2008; FAR 52.216-19 Order Limitations (Oct 1995) Applicable fill-ins (a) one flight day (b)(1) 20 flight days (b)(2) 20 flight days (b)(3) five (d) five .; FAR 52.216-21 Requirements (Oct 1995) Applicable fill-in: June 30, 2008. Quotes must be received by, 3:30 PM CDT June 15, 2007, and may be submitted by FAX or e-mail. Point of contact for this solicitation is Sandra M. Fink, Contract Specialist, (405) 680-3435. The following numbered notes are applicable: 1. Questions and Answers 06/11/2007 Question 1. It appears the FFP line items we are being requested to quote are for 20, 120 and 80 flight days respectively, but the Q&A indicates that the government intention is to task this in smaller chunks. Further examination of FAR 52.212 and the provided fill-ins indicates that the maximum order at any one time is for 20 flight days. With this in mind, is the government requesting that vendors actually provide FFP quote figures on a "per flight day" basis? Or is the idea that vendors submit pricing for the flight day quantities above, and you will then divide by the total to get a per day figure? Since there is no SF 1449 with required blanks to fill in, we just want to ensure that our pricing submittal is compliant. It occurs to us that a per flight day figure for each location may be more appropriate, since we also may be able to apply a volume discount scheme as allowed by the FAR. ANSWER 1: The estimates are for a period of performance of one year: July 01, 2007 through June 30, 2008. The line items should have stated, ?Unit Price per Flight Day $ ?. Question 2. Can you clarify the following language? "The contractor remains legally responsible for each pilot provided under this contract and will supervise each pilot as defined at 5 USC 7103(a)(10)." The U.S. Code supervisory requirements are clear and certainly part of our business practices, but is there an intent to burden the contractor with some kind of liability requirements with this statement? Does the government expect the contractor to carry aviation liability insurance for the operation of non-owned aircraft? ANSWER 2: In accordance with FAR (Federal Acquisition Regulation) 37.104, the intent of this language is to make clear that the requirement is not a personal services contract. It is the contractor?s choice to carry aviation liability insurance for the operation of non-owned aircraft. Question 3. We have so far been unable to locate an electronic version of form USM-271. Can this be made available or do you have a link where it may be downloaded? ANSWER 3: A form USM-271 wiil be e-mailed to anyone requesting the form. Please send e-mail request to sandra.fink@usdoj.gov NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-JUL-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/USMS/JPATS/DJMS-07-Q-0023/listing.html)
 
Place of Performance
Address: 5900 Air Cargo Rd Oklahoma City OK 73159 5919 S. Sossaman Rd, Bldg 75 Mesa AZ 85212 1215 Kegleman Blvd Alexandria LA 71303
Zip Code: 73159
Country: UNITED STATES
 
Record
SN01333505-F 20070704/070702222751 (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.