SOLICITATION NOTICE
V -- Helicopter Support services
- Notice Date
- 7/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN07T0381
- Response Due
- 7/20/2007
- Archive Date
- 9/18/2007
- 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, 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 W912CN-07T-0361 is issued as a request for quote (RFQ). The Government intends to award a contract to a qualified Commercial Airlift Review Board Certification (CARB) approved contractor to provide Helicopter Support services required for the prescribed fire at Schofield Barracks, HI. The incorporated document provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) update FAC 2005-14 and Defense Federal Acquisition Regulations (DFAR) Supplement update DCN 20061201. The North American Industry Classificat ion System (NAICS) code is 481219. The small business size standard is $6.5 million. A firm fixed price contract is anticipated. This requirement is 100% set aside for small business. The contractor shall provide all aircraft, personnel, tools, equipme nt and fuel to complete the project. PERIOD OF PERFORMANCE: Target date is 30 July 2007, pending favorable weather conditions, and may be re-scheduled as necessary. Specific time and date shall be coordinated with the contractor and the Safety Office af ter the award of the contract. STATEMENT OF WORK Schofield Barracks Military Reservation Prescribed Fire Helicopter Support 1. SCOPE: This statement of work (SOW) provides a description of the specifications and helicopter support required for the prescribed fire by a qualified contractor for the Schofield Barracks. The range area is owned by the US Army and operated/controll ed by Range Control. Mission will be to drop water on the fire in close support of fire crews, provide a command platform to monitor ignition operations, and provide aerial ignition. 2. EXTENT OF SERVICES PROVIDED: The contractor shall provide all aircraft, personnel, tools, equipment and fuel to complete the project. The contractor must follow specifications for any sensitive area regarding cultural or archeological sites. Critical Elepaio habitat existing along the South Fire Break Road will be identified and thoroughly marked as an area to protect. 3. APPLICABLE DOCUMENTS: Integrated Wildland Fire Management Plan-Oahu and Pohakuloa Training Areas and Programmatic Environmental Assessment for the Implementation Integrated Wildland Fire Management Plan. 4. SUMMARY OF SERVICES TO BE PROVIDED: Command/Aerial Ignition Helicopter and Pilot: Contractor shall provide one type III, Bell Long ranger or similar aircraft, including pilot, to provide command and control function/overall aerial supervision during t he prescribed fire. In addition the aircraft and pilot shall be aerial ignition certified with the Plastic Sphere Dispenser. The helicopter shall also be equipped with a water bucket. If necessary, the helicopter can quickly be configured to provide wat er support to firefighters on the fire line. Contractor must have approved Commercial Airlift Review Board Certification (CARB), for companies citing CARB approval, copies of certifications are required to be updated and provided to the Contracting Office prior to expiration. Two government passengers shall need to be transported to conduct aerial ignition operations and at least one passenger shall need to be transported for the command platform. Bucket Helicopter and Pilot: Contractor shall provide one type III, MD 500 or similar aircraft, including pilot, to support the prescribed fire operation with water bucket. Primary objective for this aircraft shall be to extinguish any fire that crosses control lines during the prescribed fire. Aircraft may also provide reconnaissance missions for the Burn Boss or Prescribed Fire Manager. Bucket Helicopter and Pilot: Contractor shall provide one type II, UH-1H or similar aircraft, including pilot, to support the prescribed fire operation with water bucket. This aircraft must have a water bucket capacity of at least 340 gallons. Pilot and aircraft shall work closely with the ground forces to extinguish any fire that crosses control lines. FAA REGULATIONS: All helicopter operations shall be performed in strict accordance with FAA regulations including operation in RA 3103. The helicopter operator will take all precautionary measure necessary for the safe operation of the helicopter and use discretion when being directed by ground guides to landing zones and when operating around 250,000 gallon dip ponds or water sources. Helicopter operation will be certified under FAA part 133. RADIO COMMUNICATIONS: The contractor shall be capable of establishing and maintaining radio communication with Army Fire personnel, Wheeler Tower, and Range Control on VHF frequency 122.925. BILLABLE HOURS: Payment will be based on actual hours billable to the 0.1(tenth) of hour the helicopter is used. Payment shall be made for overnight stays or downtime due to operator or equipment failure or repairs. At the end of the mission, pilot will present authorized individual with trip ticket or other documentation as required showing hours flown. Both pilot and authorized individual shall sign and receive a copy of the flight ticket. CONTRACT MANPOWER REPORTING: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpowe r) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contra cting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-contractors), (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specifi ed by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contracto r employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the contract pe riod of performance, not to exceed 12 months and must be reported within 30 days after the end of the contract performance period. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded fr om the web site.* * Infor mation from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the con tractor name and contract number associated with the data. For internal Army analysis, the reports and queries from the database shall not contain proprietary data. 5. PERIOD OF PERFORMANCE: Target date is 30 July 2007, pending favorable weather conditions, and may be re-scheduled as necessary. Specific times and dates shall be coordinated with the contractor and the Safety Office after the award of the contract. 6. COORDINATOR: The coordinator of this contract services is the Installation Fire and Safety Office. Point of Contact is Mr. Scott Yamasaki, Fire Management Officer, 655-6746 (office), 499-5426 (cell). Contract Line Item Number (CLIN) 0001: Command and Control (C2) Aircraft and Pilot: Provide Hughes D500 (Type III) helicopter, including pilot, used for C2 operations. Must be CARB certified and bucket qualified. Shall be equipped with Global Positioni ng System (GPS) and VHF radio frequency 122.925 capable of air-to-ground communications with ground firefighting resources and the Incident Commander. Contractor shall provide all labor, personal protective equipment, Jet A fuel, supplies, fire bucket (110 gallon) and required equipment necessary for logistical support on site. Contractor shall also include ferry cost to and from the island of Oahu, Schofield Barracks, HI. Quantity: 10 (flight) hours. Unit Price $______ , Total Price $______ . CLIN 0002: Aerial Ignition helicopter and Pilot: Contractor to supply one ignition helicopter Bell Ranger 206 L, including pilot, used specifically for AID operations. Helicopter shall be equipped with Global Positioning Systems (GPS) and VHF Radio Fre quency (122.925) capable of air-to-ground communications with ground firefighting resources and the Incident Commander (IC). Contractor shall provide all labor, personal protective equipment (PPE), Jet A fuel, supplies, fire bucket (110 gallon) and requir ed equipment necessary for logistical support on site. Contractor to also include ferry cost to and from the Island of Oahu, Schofield Barracks, Hawaii. Quantity: 10 (flight) hours. Unit Price $______ , Total Price $______ . CLIN 0003: Medium helicopter water bucket support and Pilot: Contractor to supply one bucket helicopter UH-1 (Type II) , including pilot, used specifically for bucket operations. Helicopter shall be equipped with Global Positioning Systems (GPS) and VHF Radio Frequency (122.925) capable of air-to-ground communications with ground firefighting resources and the Incident Commander (IC). Contractor shall provide all labor, personal protective equipment (PPE), Jet A fuel, supplies, fire bucket (340 gallon) and required equipment necessary for logistical support on site. Contractor to also include ferry cost to and from the Island of Oahu, Schofield Barracks, Hawaii. Quantity: 10 (flight) hours. Unit Price $______ , Total Price $______ . CLIN 0004: Contract Manpower Reporting. In accordance with SOW, paragraph 4. Quantity: 1 each. Unit Price $______ , Total Price $______ . Offerors should provide adequate information to determine if the aircraft and pilots are mission capable, properly certified (CARB and other applicable certifications) and available. In addition, the offeror shall submit a statement acknowledging that the firm can mobilize in time to ensure services can begin on 30 July 2007, pending favorable weather conditions. Each offer shall include a completed copy of the provision FAR 52.121-3 Offeror Representations and Certifications Commercial Items (Jun 2006) unless ORCA is used. FAR 52.204-8, Annual Representations and Certifications (Jan 2005), requires that each offer or complete the annual representations and certifications electronica lly via Online Representations and Certifications Application (ORCA) website at http: //www.bpn.gov. The following acquisition clauses apply: FAR 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005). All offerors must be registered in the Central Contractor Register to be eligible for award. FAR 52.212-5 Contract Terms and Conditions Requir ed to Implement Statutes or Executive Orders Commercial Items (Nov 2006). FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor Cooperation with Authorities and Remed ies (Jan 2006), FAR 52.222- 21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (Sep 2006), FAR 52.222-36 Affirmative Action for Worker with Disabilities (Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (Sep 2006), FAR 52.225-13 Restrictions on Certain Foreign Pu rchases (Feb 2006), 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) fill in: www.arnet.gov /far/ or http://farsite.hill.af.mil apply to this acquisition. DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Nov 2003). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2006) the following apply: FAR 52.203-3 Gratuities (Apr 1984), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), and DFARS 252.232-7003 Electronic Submission of Paym ent Requests (May 2006), and DFARS 252.246-7000 Material Inspection and Receiving Report (Mar 2003). Emergency Planning Community Right To Know Act (EPCRA) Hazardous Substances (HS), Oil/Hazardous Substance Spill Response, Installation Rules and Regulation s, Access to Installations, Personnel and Vehicles, Licensing and Permits, Accident Prevention and Safety Requirements, Accident Reporting, Parking, Submission of Invoice to the Paying Office, Access to Army Installations. Full text of the preceding clause s, specific to Regional Contracting Office, Hawaii requirements, may be requested. Submit email requests to Curtis.Chang@us.army.mil. Offers price quotes and requested information shall be submitted via Facsimile to (808)438-6563 or email to Curtis.Chang@ us.army.mil. To be considered timely, Offers shall be submitted by 1200 hours (Hawaiian Standard Time) on July 20, 2007. Point of Contact Curtis Chang, Contract Specialist, Phone (808) 438-6535x208, Fax (808) 438-6563, Email Curtis.Chang@us.army.mil.
- Place of Performance
- Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
- Zip Code: 96858-5025
- Country: US
- Zip Code: 96858-5025
- Record
- SN01343360-W 20070718/070716223806 (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 |