Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2009 FBO #2783
MODIFICATION

V -- AIR SUPPORT EAST COAST

Notice Date
7/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-09-T-0030
 
Point of Contact
Valaida J Bradford, Phone: 910 3960560, Barbara L Bowles, Phone: 910-432-8598
 
E-Mail Address
bradforv@soc.mil, bowlesb@soc.mil
(bradforv@soc.mil, bowlesb@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is being extended indefinitely until further notice. The closing date will be established via amendment. Interested parties should continue to monitor Federal Business Opportunities for further updates. This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6 and FAR 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATON WILL NOT BE ISSUED. The solicitation number H92239-09-T-0030 is issued as a Request for Quotation and must be referenced by all responding. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses and provisions are available at http://farsite.hill.af.mil. This procurement is unrestricted. The North American Industry Classification System Code (NAICS) is 481219 and the size standard is $6M. All responsible sources will be considered. This requirement is being solicited for award of multiple Blanket Purchase Agreements for air support services for flight hours on the East Coast in accordance with the Performance Work Statement (PWS) for a base year and four (4) option years. The contractor shall submit estimated pricing for the base year and the (4) one-year option periods. BPA's will be awarded for the East coast locations as listed within the Performance Work Statement. Awardees will be provided a fair opportunity for each call within the geographic area each time a call is requested against the BPA for service at an East coast location. Basis for award of each call will be performance availability and current price. Base year Period of Performance: 1 August 2009 through 31 July 2010. PERFORMANCE WORK STATEMENT REQUIREMENTS 1. The contractor(s) shall provide all direct labor, material, transportation, supervision, fixed wing aircraft, maintenance, and administration requirements for conducting air operations and all other items and services (not specifically identified herein to be Government-furnished), necessary to perform Air Support Services for Government directed parachute operations in accordance with DOD Directive 4500.53, Under Secretary of Defense Memorandum, Requirements for Airdrop Operations, 31 Jan 03, Army Regulation (AR) 95-1, Code of Federal Aviation Regulations (CFAR) Part 91, 105, and 119 as applicable, (CFAR) Part 135/AMC/SOA and USASOC Policy, as applies, for U.S. Army Special Operations Command, and subordinate units at the areas designated in paragraph 8. The contractor will perform to the standards specified throughout this PWS and the standard generally acceptable to the commercial Aviation Industry performing related or similar requirements. 2. SPECIFICATIONS. Air Support Services shall be provided as an augmentation to Air Support Operations (ASO) conducted by U.S. Government-owned [military] Government operated aviation assets. Aircraft support will involve contractor aircraft only. The schedule of Air Support Services will be provided to the contractor by an authorized Government representative as is required to satisfy USASOC and subordinate commands mission needs and in accordance with USASOC Policy. It is expected that there will be several opportunities each year for BPA holders to compete for air support requirements. This requirement shall necessitate a commiserate degree of flexibility on the part of the contractor with regard to aircraft operations and workload scheduling, mission/flight preparations and the actual execution of the performance and performance quality of the services iterated throughout this PWS. The unique mission/flight parameters and strict aviation safety requirements required for contract performance shall necessitate that the contractor provide fixed wing aircraft with side door or rear ramp capability. 3. MISSION/FLIGHT ITERATION SCHEDULING. The Government shall make every attempt to provide the contractor(s) with four (4) working days notice of scheduled mission/flight iteration to be performed under the contract. Once on site the estimated flight hours are a minimum of 20 hours and maximum of 60 hours for Ft Bragg, NC; a minimum of 10 hours and 30 hours maximum for Ft Campbell, KY. The Government reserves the right to make notice of an unscheduled mission/flight iteration with less notice (NLT 48 hours). On previous requirements, the Government has provided the contractor on average a 15-day notice of a scheduled flight. 4. MISSION/FLIGHT ITERATION CANCELLATION/DELAY. In the event the Government schedules a mission/flight and subsequently cancels the same due to an unforseeable event such as inclement weather condition changes, cancellation shall be effected by the contractor at no additional cost to the Government, provided notice is given prior to the contractor's flight departure. In the event the Government's notification of a cancelled mission/flight iteration is provided after the contractor's aircraft has departed from the contractor's principle base of aviation operations, the Government shall incur a late cancellation fee. This fee shall not exceed the cost of Air Support Operations for two (2) hours of service as prescribed in the Contract Line Item Number (CLIN) on the Schedule of Supplies/Services of the contract and applicable ferry fees. 5. CONTRACTOR PERSONNEL. The contractor(s) shall ensure all employees engaged in Air Support Services (e.g., pilots/mechanics and other technical personnel), have current and valid professional qualifications, certifications, and licenses to satisfy all the requisite Federal Aviation Administration Federal Aviation Regulations. These qualifications shall be maintained for the term of the contract and shall be made available for inspection upon request of the Contracting Officer (CO), the Contracting Officer's Representation (COR), or other authorized Government representative. 6. HOURS OF OPERATION. Actual performance mission/flight iterations with regard to Air Support Service often entail performance at night, on weekends and possibly Federal Holidays. The flight times will be coordinated with the COR. 7. MISSION /FLIGHT OPERATIONS. Mission/flight iterations shall vary throughout the term of the contract. Typical mission/flight iterations are conducted in support of the Air Support Service operations and administration thereto, of Military Free Fall HALO Jumps, Parachute Field Training Exercises, Bundle Drops, Proficiency Static-Line Airborne Parachute Operations and the like, at the various drop zones designated by the Government. Some mission/flight iterations may require simultaneous operation of as many as two (2) aircraft. An example of when two aircraft will be required is during training of infield complete teams or during Robin Sage infields when the exercise involves training 250 or more people using several different drop zones within a short period of time. The requirement of two aircraft may be required approximately 10 times per option period. The contractor shall be required to provide a second aircraft similar in make and model that meets all requirements and regulations specified in the PWS. The actual dates, times and mission/flight parameters for Air Support Service operations shall require close-on coordinated between the contractor's Project Manager and the COR, Jump Master, Drop Zone Safety Officer and/or other authorized Government representative designated by the contracting officer, as required. Under no circumstances shall the contractor perform work that is outside the scope of this contract. Under no circumstances shall the contractor exceed the number of flight hours or cost placed against an individual Contract Line Item Number (CLIN) regardless of the number of hours funding left on the total contract without written consent of the contracting officer. The contractor shall keep strict accounting of hours flown and costs expended on individual CLINs and notify the contracting office as each CLIN reaches 75% of utilization of expenditures. Individual CLINs shall not be changed nor increased without prior written consent of the contracting officer. 8 SUPPORTED AREAS. The areas listed are locations that USASOC and its subordinate units most frequently use, but are not limited to this list. The list is meant only to provide the most frequently used areas. Areas that are considered to be in the vicinity of ; is meant to be within a 50 mile radius of the listed areas. Areas that are common to USASOC and its subordinate units are as follow: - All DZs located on Ft. Bragg, NC - All DZs Vic Ft. Campbell, KY 9. AIRCRAFT INSPECTIONS. With regard to the contractor's aircraft utilized for Air Support Services the contractor shall make the following data available for Government inspection: the type of aircraft maintenance program used, airframe and engine logbooks, airworthiness certificate, radio station license, registration, operator's handbook, weight and balance records and a list of tail number(s). This is not intended to be an all inclusive list and ALL other aviation related contractor records and reports, as may be pertinent to the performance and performance quality for Air Support Services, shall be made available to the Government upon request. 10. REQUIRED BRIEFINGS. The contractor's pilot(s) shall ensure pre and post mission/flight briefings are conducted as required by USASOC Regulations, Policies, and Field Manual 57-220. For Air Support Services involving passenger operations, a briefing shall be conducted in accordance with Federal Aviation Regulation 135.117. 11.. MISSION /FLIGHT PARAMETERS AND SPECIFIC TASKS. The following mission/flight operating tasks, or parameters, are typical of the Air Support Services the contractor shall be expected to perform under the contract. The contractor shall note this is not intended to be an all-inclusive list of Air Support Service operations. It also is not intended as an absolute definition of each mission/flight parameters relative to each iteration conducted. In fact, mission/flight parameters shall be tailored, by an authorized Government representative, for each iteration scheduled, to meet USASOC mission needs, and as such, may differ in detail from those outlined below. 12. AIR SUPPORT SERVICES CONSIST MOSTLY OF THREE GENERAL TYPES OF OPERATIONS. 1) High Altitude Low Opening Parachute Technique (HALO), which will generally require the contractor to operate between a minimum altitude of 4,000 feet above ground level and a maximum altitude of 12,500 feet above ground level for para-drop operations. Para-drops from this altitude are generally free-fall style of operations, with parachute deployment triggered by the jumper or an automatic opening device, but at times the PIO may require an aircraft rigged for static line HALO para-drops. 2) Static Line Parachute Technique (SL), which generally requires the contractor to operate between 800 feet above ground level and 1,500 feet above ground level for para-drop operations. Para-drop operations from this altitude will be static line drops and require the aircraft to be rigged for static line drop operations from either a side door or a rear ramp. Some cargo drops such as the Robin Sage Re-supply Bundle Drops require parachute rigged bundles/cargo to be dropped on a drop zone from an altitude of 500 feet above ground level. 3) Landing Zone Operations (LZ), which consist of aircraft landing and taking off from various small field landing strips for the purpose of discharging and picking up both passengers and cargo for transport to other mission locations and/or for return to the designated home airfield of the operation. Small field landing strips shall be both improved dirt and hardtop. This narrative does not represent all encompassing description of static constraint conditions in the operational environment and it is the contractor's responsibility to ensure a proper reconnaissance of actual operational conditions is conducted before each and every scheduled mission and that any flight safety issues based on the results are immediately made known to the COR and the Contracting Officer. 13. ADDITIONAL REQUIREMENTS: The side door or rear ramp of the aircraft used for Air Support Services shall allow ease of exit from the aircraft of a fully combat equipped paratrooper or dropped cargo as described in paragraph 6 of this PWS. Current Air Support Services for Fort Bragg missions are presently accomplished with a CASA 212 aircraft. All three types of Air Support Operations shall be conducted under both daylight and dark (daytime and nighttime) conditions. Unless otherwise instructed by authorized Government personnel as designated by the contracting officer, the pilot will turn on aircraft landing lights just prior to the beginning of initiating a drop and leave them on through the completion of para-drop operations across the drop zone, before shutting them off to assume a normal flight profile. All Landing Zones will be marked for landing by Government personnel and all landing zone operations will be conducted using aircraft landing lights. The contractor will ensure that all Air Service Support aircraft used has the capability to communicate with the Ground Party running the operation via approved VHF and/or UHF frequencies. 14. AIR OPERATIONS PRACTICAL EXERCISES (AOPE ). AOPE operations shall consist of HALO, Static Line, and Landing Zone Operations both day and night and include para-drops of both equipment bundles and personnel. For HALO operations dropping paratroopers, the aircraft shall be configured to allow a military free fall exit of the aircraft through either a side door or a ramp so as to support the ease of exit of combat equipped jumpers. For Static Line operations dropping paratroopers, the aircraft will be rigged with a static line as described in paragraph 6 of the PWS as to allow military static line airborne exit of the aircraft through either a side door or a rear ramp. For landing zone operations, the aircraft will be setup in-accordance-with mission requirements established in the pre-mission " close-on " coordination briefing with a designated Government representative from the using customer. The estimated time to complete this operation is seven hours. 15. PRACTICE AIRBORNE INFILTRATION OPERATIONS (PAIO ). PAIO operations shall incorporate aircraft that have a minimum of 16 seats installed (approved side fold-up seats), rigged for Static Line para-operations, with an allowable cabin load capable for transporting fourteen (14) combat equipped jumpers per mission/flight iteration. PAIO missions can have as many as 150-200 total jumpers. The contractor can expect to carry on average between 10 and 15 lifts in a four to five hour period. For planning purposes, each of these missions will require the aircraft to fly a minimum of 30 minutes between the time instructor/jump master personnel can unfasten their seat belt and begin on-board jump preparations and the time the aircraft is in position for the first jumper to exit the aircraft. The aircraft must be able to complete a minimum of two complete lifts and jumps prior to requiring a refueling. The time between multiple drops at one site can be between 10 to 40 minutes. This operation is normally conducted during nighttime. Pilots flying this operation shall brief the flight routes to personnel that will be jumping. The estimated time to complete this operation is seven hours. 16. ROBIN SAGE AIRBORNE INFILTRATION OPERATIONS (RSAIO ). Every effort will be made to utilize military aircraft for the RSAIO mission; however, in the event that military aircraft are not available, the contractor shall provide Air Support Services, to include, providing aircraft fully capable of supporting RSAIO requirements. The aircraft shall have a minimum of 16 approved side fold-up seats installed, with an allowable cabin load capable of transporting fourteen (14) combat equipped jumpers. The aircraft shall be configured to allow military static line airborne exit of the aircraft whether through a side door or rear ramp. For planning purposes, each of these missions will require the aircraft to fly a minimum of 30 minutes between the time instructor/jump master personnel can unfasten their seat belt and begin on-board jump preparations and the time the aircraft is in position for the first jumper to exit the aircraft. The aircraft shall be able to complete two (2) 1,500 FEET above ground level lifts before having to refuel. The contractor's pilots shall brief the flight routes to personnel that will be jumping. RSAIO operations are normally conducted during nighttime. The estimated time that is required to complete this operation is six hours. 17. ROBIN SAGE RE-SUPPLY BUNDLE DROP (RSRBD). For this operation, the aircraft shall be required to perform static line para-drops of equipment bundles onto drop zones from an altitude of 500 FEET above ground level. Two (2) military personnel will be on board of the aircraft, spot the drop zones, and push the bundles out of the aircraft. The drop zones will be marked with a standard NATO "L". The aircraft shall be capable of dropping six (6) to ten (10) bundles with two (2) lifts each night mission/flight operations are scheduled. During the two day period an average of 20 to 24 bundles will be dropped based on the number of personnel and teams for each Robin Sage. The bundles will not exceed 500 pounds each. Maximum door size to accommodate bundle drops will not exceed 30" X 48" X 66" anything larger will be IAW the ramp requirements of the aircraft. Aircraft scheduled for RSRBD operations shall be equipped with cargo rollers or other type of in-flight internal cargo handling system approved by the contracting officer, so that cargo bundles can be easily positioned during flight at the exit point of the aircraft for pushing out over the drop zone. This operation is conducted for up to two (2) consecutive nights and the estimated time that is required to complete this operation is four (4) hours for each night. 18. ROBIN SAGE LANDING ZONE OPERATIONS (RSLZO ). For this operation, the aircraft shall perform LZ operations under the conditions iterated for AOPE operations. The operation will consist of a mix of LZ operations of approximately twelve (12) separate landing/take-offs and passenger transport. This operation shall be conducted in accordance with CFAR Part 135. The estimated time to complete this operation is seven hours. 18. a. Cadre Train-up (CT ). For this operation, the contractor shall be required to perform HALO technique, Static Line Technique for para-drops of equipment bundles and personnel, and Landing Zone operations under the conditions iterated for AOPE during both day and nighttime. T h e estimated time to complete this operation is seven hours. 19. COMMON AIR SUPPORT SERVICE DEFINITIONS. 19.a.. COMBAT EQUIPPED JUMPER. An aircraft passenger (e.g., military parachutist, or other Government designee, in training or qualification jump status), rigged with a main parachute, reserve parachute, weapon, and ALICE-pack (backpack) to parachute from an aircraft. The total average planning weight per Combat Equipped Jumper is 350lbs. 19. b. PARADROP EQUIPMENT BUNDLE. Para-drop bundles are composed of equipment packed into a canvas container. The maximum container dimensions are 30"x 66"x 48". The bundle is dropped using a static line deployed parachute. Bundles are rigged in such a manner that when placed on the balance point of the jump platform, the parachute is on the top of the bundle or on the side of the bundle facing the center of the aircraft, based on the largest dimension. The maximum weight of each bundle is 500lbs. Aircraft scheduled for cargo and para-drop of equipment/bundles shall have cargo rollers or other internal cargo-handling device acceptable to the contracting officer, so that cargo/equipment/bundles can be easily positioned/repositioned during flight at the exit point of the aircraft for pushing out of the aircraft at the drop point. 19.c. HALO RIGGED AIRCRAFT : For operations requiring HALO drops of personnel, the aircraft shall be configured to allow a military free fall exit of the aircraft whether through a side door or a rear ramp so as to support the easy exit of combat equipped jumpers from the aircraft. Some training events may require a static line rigged aircraft for HALO operations. 19.d. STATIC LINE RIGGED AIRCRAFT : For operations requiring static line drops of paratroopers, aircraft shall be configured to allow a military static line airborne exit of the aircraft either through a side door or ramp in the following manner: A linear anchor line cable (which meets Air Force specifications) that runs the length of the aircraft so as to support 14 combat equipped jumpers The aircraft shall be equipped with authorized side mounted fold up seats and allow for the seating of 16 combat equipped paratroopers. This narrative does not represent a all encompassing description of static constraint conditions in the operational environment and it is the contractor's responsibility to ensure a proper reconnaissance of actual operational conditions is conducted before each and every scheduled mission and that any flight safety issues based on the results are immediately made known to the COR and the Contracting Officer. 20. AVIATION ADMINISTRATION/OPERATIONS. The contractor shall provide aviation assets with regard to Air Support Services performed under the contract in accordance with CFAR PART 135 (et. al.), as applicable, to wit: (Operations are subject to on-site and/or ramp inspections). a. Operations under CFAR Part 91 shall be for aviation support provided for "parachute operations" only. No transportation of DOD personnel or cargo in excess of a 25 statute mile radius of the airport/field of takeoff shall be provided by aviation contractors/vendors under Part 91. Any operations other than that stated in this paragraph shall also require operations under CFAR Part 121 or 135 in accordance with Department of Defense Directive (DOD) 4500.53 and will comply with sub-paragraph b. thru d, below. b. Operations under CFAR Part 121 or 135 shall be in accordance with the contract, Federal Aviation Administration (FAA) issued operation specifications and appropriate CFAR Part(s) for contracted certificate requirements, utilizing aircraft listed on the contractor/vendor operation specifications as issued to the contracted certificate holder by the FAA Administrator or designated representative. c. Operations under CFAR Part 121 or 135 shall be in accordance with the appropriate CFAR Part 121 or 135 requirements for use of safety belts and child restraint systems, deviations from this or any other requirement must be requested through USASOC (Director, Special Operations Aviation, AOAO), via the COTR, for approval prior to submission to the FAA Administrator in accordance with CFAR Part 119.55. d. Airport/field lighting requirements for aircraft carrying passengers at night for this contract are that aircraft may not take off from, or land on, an airport/field unless airport/airfield lighting meet the most stringent requirements of the following CFAR, DOD regulations/directives, Department of the Army, or USASOC/USAJFKSWCS policies, precedence, or standard operating procedures for aviation operations. The contractor shall be responsible for verification of the above established contract requirement. e. Government operations utilizing Public/Commercial Aircraft, as defined in the CFAR, shall specifically be approved by USASOC (Director, Special Operations Aviation; AOAO). If the requested operation utilizing a Public Aircraft is approved, contractors/vendors utilizing said Public Aircraft shall comply with all CFAR, Department of the Army, USSOCOM, USASOC and USAJFKSWCS policies, precedence, and standard operating procedures. f. Operations under CFAR PART 91, 121, or 135 require approval from USASOC, SOA, for programs developed utilizing special equipment or systems not otherwise provided oversight or enforcement by the FAA (i.e. Night Vision Devises/Goggles, Forward Looking Infra-Red). The programs developed must meet the U.S. Army and USASOC requirements for qualification, currency and continuation/sustainment training. Equipment utilized will be maintained and inspected IAW manufacturers established procedures; if none exist, these procedures will be established by the contractor/vendor and approved by USASOC, SOA. USASOC, SOA, will inspect all programs under this paragraph at least annually. 21. GOVERNMENT-FURNISHED PROPERTY. The Government shall not provide any Government Furnished Property, to include aviation fuel and cargo rollers, during performance of the contract. 22. CONTRACTOR POINT OF CONTACT. In accordance with the sections of this statement of work that identify the need for the Government to contact the vendor; the contractor shall provide, at the time of award, a point of contact and phone number, pager number, e-mail address, etc. NAME OF POC:_______________________________________________ CONTACT NUMBER/ADDRESS:________________________________ SCHEDULE: Prices shall be listed separately for the Base Year and each of the four one year option periods per line items following. Cost shall be calculated per current rate as it applies to each location. CLIN 0001 Flight time CLIN 0002 Ferry cost PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offerors-Commercial Items (Nov 2007); 52.212-2 Evaluations-Commercial Items (Jan 1999) is incorporated with the following evaluation factors inserted in paragraph "a" of the provision. EVALUATION AND AWARD: The Government intends to award agreements to each responsive, responsible offeror (s) whose quote conforms to this solicitation and whose estimated price is determined fair and reasonable. The following factors in descending order of importance will be used to evaluate offers: (1) Technical Acceptability, (2) Past Performance and (3) Estimated Price. Technical acceptability of proposed items to meet the Government's need to include, a.) type(s) and quantity of aircraft proposed; b.) aircraft able to hold at a minimum 10 static line parachutist; c.) at a minimum, responding vendors must be on the Paratroop Carrier List. Past Performance information shall include at least three company names with working telephone numbers/e-mail address, contract number and/or title, and period of performance for similar services performed. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid.. Additionally, the following clauses are applicable to this solicitation: 52.203-3 Gratuities; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions-Commercial Items is hereby incorporated by reference. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Deviation) is hereby incorporated by reference. 52.216-4 Economic Price Adjustment-Labor and Material; 52.217-8 Option to Extend Services; 6 months 52.217-9 Option to Extend Term of Contract; within 30 days 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-42 Statement of Equivalent Rates for Federal Hires: Air Pilot - GS 11 rate, $58,155 52.222-43 Fair Labor Standards Act and Service Contract Act-Price, Adjustment (Multiple Year and Option); 52.223-6, Drug Free Workplace; 52.232-17 Interest; 52.233-3 Protest After Award; 52.246-25 Limitation of Liability-Services; 252.204-7004 Alt A Central Contractor,Alternate A; 252.212-7001 (Dev), Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.252-6 Authorized Deviations In Clauses; 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Request for Equitable Adjustments; 5652.204-9002 Instructions for use of Electronic Contracts; 252.228-7001 Ground & Flight Risk, 5652.228-9001 Liability- Flight Operations; and 52.252-2 Clauses Incorporated by Reference; 5652.201-9002 Authorized Changes Only by Contracting Officer; 5652.204-9003 Disclosure of Unclassified Information(2007). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Wage Determination NA 2005-2393, Revision 7 (Ft. Bragg, NC) applies to this solicitation and contract. Wage Determinations may be downloaded from the following websites: http://www.wdol.gov or http://servicecontract.ntis.gov. QUOTES ARE DUE: Quotes referencing the RFQ number H92239-09-T-0030 shall be received at HQ-USASOC ATTN: AOCO (Ms. Valaida J. Bradford), Fort Bragg, North Carolina, 28310, not later than 1:00 p.m. EST, 29 June 2009. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bradforv@soc.mil. It is the contractor's responsibility to ensure that the Contracting Officer receives e-mail submissions. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization with a schedule of the offered items to include unit and total price,(2) estimated flight cost per hour per location, ferry cost per location, types and quantities of aircraft proposed, flight certification (91,135), (3) completed Representations and Certifications, and, (4) acknowledgment of any amendments that may be issued. The Government anticipates a flight hour price schedule; the contractor shall specify the unit of measure used to price the service. Questions regarding this acquisition shall be submitted in writing and e-mailed to the Contracting Officer's address provided not later than 22 June 2009. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contract for this requirement is Mrs. Valaida Bradford, Contract Specialist at (910) 396-0560, email, bradforv@soc.mil or Ms. Barbara Bowles at (910) 432-2146, email bowlesb@soc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-09-T-0030/listing.html)
 
Place of Performance
Address: HQ, USASOC, FT BRAGG, North Carolina, 28307, United States
Zip Code: 28307
 
Record
SN01869509-W 20090710/090709001649-55125321f82ce8c5224999e7052e4806 (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.