SOLICITATION NOTICE
V -- HELICOPTER FLIGHT SUPPORT
- Notice Date
- 9/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-07-T-1151
- Response Due
- 9/26/2007
- Archive Date
- 11/25/2007
- 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. The U.S. Army Yuma Proving Ground, AZ has a requirement to procure helicopter flight support services for the U.S. Army Cold Region Test Center, AK. The Request for Quote (RFQ) number is W9124R-07-T-1151 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-19 and Defense Federal Acquisition Regulations Supplement (DFARS), current to DCN 20070906. This acquisition is being solicited as a small business set-aside. The North American Industry Classification System (NAICS) code is 481211 and the size standard is 1,500 employees. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via Go vernment VISA credit card. Offeror shall account for any costs associated with accepting credit card payment in their quote. Offerors shall propose a helicopter capable of transporting up to six (6) people with approximately 200lbs of equipment for Flights 1-6 and additional flight support with sufficient technical information to be evaluated. You must also provide a statement that you will be able to meet the required fly by dates for each flight. Contract Line Item Number (CLIN) 0001-(30) Hours of Flight Support: Provide an hourly rate based on a four (4) hour minimum per flight. These hours are estimated and on a Not to Exceed basis without prior approval from the Contracting Officer. The below listed flights will support CRTC testing. The flights will oc cur between 26 November 2007 and 14 December 2007. The required flights are dependent on the ambient air temperature necessary for testing; therefore, the helicopter support would be needed on quick notice, on an as needed basis. The flights are as follow s: Flight 1: This flight will originate at the CRTC Texas Maintenance Compound, MGRS 6VWR53507980, and will fly to MGRS 6VWR36608090. The flight will be required to airlift 5-6 people and required equipment to the site. The weight of the equipment is est imated to be 200 lbs. Total on-the-ground time at the landing location will be approximately 6-8 hours. If required by the combined weight of the personnel and equipment, an additional shuttle flight might be required between CRTC Texas Maintenance Compo und and the landing site. Flights 2-5: These flights will be required to airlift approximately 3-5 passengers to the site. The flights will originate at the CRTC Texas Maintenance Compound, MGRS 6VWR53507980 and fly to MGRS 6VWR36608090. Total on-the-g round time at the landing location will be approximately 6 hours. Flight 6: This flight will begin at CRTC Texas Maintenance Compound, MGRS 6VWR53507980, and fly to MGRS 6VWR36608090. The purpose of this flight is to pick-up all support items that were set-up during flight #1. There will be approximately 5-6 passengers and approximately 200 lbs of support gear. Total on-the-ground time at the landing location will be 6-8 hours. If required, there may be additional shuttle flights to retrieve all the n ecessary emplaced gear. Contract Line Item Number (CLIN) 0002-(8) Hours of Additional Flight Support: Provide an hourly rate based on a four (4) hour minimum per flight. These hours are estimated and on a Not to Exceed basis without prior approval from the Contracting Officer. The contractor shall only bill, and the Government shall only pay, for the actual hours used (subject to the contractors proposed minimums). Contract Line Item Number (CLIN) 0003-(1ea) Fuel Lump Sum: Provide an estimated fuel cost ba sed on six (6) flights. Fuel cost will be a Not to Exceed (NTE) estimated amount to be reimbursed as used and at the current market fuel rate. Contractor shal l invoice for actual fuel amounts only. You shall not exceed the amount without prior written authorization from the Contracting Officer. If actual invoiced amount for this purchase order is expected to exceed the estimated amount, immediately notify the Contracting Officer. All offerors proposing shall demonstrate that the proposed helicopter meets or exceeds all of the minimum loads specified. Award will be made to the responsive, responsible low priced offeror whose proposed helicopter meets or exceeds the minimum loads provided within this notice. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial items (Sep 2006); FAR 52.212-3, Offeror Representations and Certificat ions-Commercial items (Sep 2007) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained o n the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial items (Feb 2007); FAR 52.212-5, Contract terms and conditions required to Implement Status or Executive Order-Commercial items (Aug 2007); specific c lauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007 ); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.222-36 , Affirmative Action for Workers 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 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.232-36 Payment by Third Party (May 1999). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to D efense acquisitions of Commercial Items (Apr 2007). Specific clauses cited in DFARS 52.212-7001 that are applicable to this acquisition are: DFARS 252.225-7036 Buy American Act-North American Free trade Agreement Implementation Act-Balance of Payments Pro gram (Mar 2007). An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34, F.O.B. Destination (Nov 1991) and DFARS 252.204-7004 Required Central Contractor Registration (Sep 2007). All offers being submit ted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM, 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (AC A), Yuma Directorate of Contracting, SFCA-SR-YM, Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to the point of contact below. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 11:00 a.m. MST, 26 September 2007, regardless of method of submission. As a minimum offerors shall include with their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) poi nt of contact with telephone and facsimile number and e-mail address, (4) Be registered in ORCA or submit a completed copy of both FAR 52.212-3 Representations and Certifications Alt I, (5) price (both unit price and total price) to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance with the technical requirements, and (8) a statement indicating that Government VISA credit card will be acceptable as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from c onsideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to point of contact below for notification of any amendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN01414675-W 20070924/070922223324 (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 |