Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

V -- Low Cost Low Altitude (LCLA) Aerial Delivery Services

Notice Date
1/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124810T0004
 
Response Due
2/4/2010
 
Archive Date
4/5/2010
 
Point of Contact
SaLonda M. Ozier, 270-798-7810
 
E-Mail Address
Fort Campbell DOC
(salonda.m.ozier@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 W91248-10-T-0004 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35, dated 11 January 2010. NAICS is 481211; business size is 1500 Employees; acquisition is solicited on an UNRESTRICTED basis. Description of Items Requested: Line Item 0001, 10 Each (estimated), The Contractor shall provide all labor, materials/supplies, transportation, and supervision necessary to provide Low Cost Low Altitude (LCLA) Aerial Delivery Services as outlined in the statement of work in the Fort Campbell, Kentucky area. Line Item 0002, 5 Each (estimated), The Contractor shall provide all labor, materials/supplies, transportation, and supervision necessary to provide Low Cost Low Altitude (LCLA) Aerial Delivery Services as outlined in the statement of work in the Fort Polk, LA area. Line Item 0003, 20 Hours (estimated), Flight Hours and Ferry Flight to include all asssociated overhead (per diem, feul costs, etc) for Contractor time TO Fort Campbell KY or Fort Polk, LA and BACK to origin when training is not conducted as scheduled due to causes by the Government (to include inclement weather). See Bid Schedule at https://doc.campbell.army.mil. Offers are due not later than 04 February 2010; 2:00 PM CST. All responsible concerns may submit a quote that will be considered by this agency. It is contemplated that Period of Performance will be eight months (22 February 2010 through 31 October 2010). The complete Statement of Work and associated documents can be downloaded at https://doc.campbell.army.mil under subject Solicitation Number. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors Commercial (Jan 2005); Proposals shall be submitted in the following manner. Offerors Technical Proposal shall address the following: (1) List, type, and specifications of Aircraft to be used; (2) Aircraft Maintenance Program Used for Proposed Aircraft (airframe and engine logbooks; airworthiness certificate; radio station license/registration; operators handbook, accident records, weight and balance records, etc); (3) Professional qualifications and certifications of flight crew to satisfy Federal Aviation Administration Federal Aviation Regulations; (4) Proof of Air Mobility Command (AMC) Approved Part 135 Air Carrier. Note that the government has the right to incorporate the offerors technical proposal into any resulting contract. Offerors Past Performance Proposal shall address the following subfactors; these subfactors are of equal importance. (1) Subfactor 1: Quality of Service. How well did the offeror complied with contract requirements and conformed to the standards of quality services. (2) Subfactor 2: Timeliness: How well did the offeror perform services in a timely manner and were required reports submitted in a timely manner. Subfactor 3: Business Relations. How well the offeror worked with the contracting officer and technical representatives. How well did the offeror exhibit reasonable / cooperative behavior, flexibility, concern for the customers interests. Offeror shall submit information on contracts you consider most relevant in demonstrating your ability to perform the proposed effort. Each offeror shall submit all contracts performed within the last three (3) years (active or completed contracts) that are relevant to this requirement. Relevant is defined as a contract that consist of commercial or government services for LCLA delivery services of a similar scope as identified in the PWS and solicitation. Offerors shall submit a minimum of two (2) points of contact for the past contracts; point of contact information shall include name, phone number, Complete Address, Contract Number, Contract Type, Project Title, Contract Period of Performance, and Brief Description of Work. 52.212-2, EvaluationCommercial Items (Jan 1999), evaluation factors are: Past Performance, Technical, and Price. Past Performance and Technical are of equal importance; Past Performance and Technical when combined are slightly more important than Price. Basis for award will be awarding a contract to the best valued offeror that is considered to be most advantageous to the government in accordance with the evaluation factors in the solicitation. 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2007); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2007), the following apply under this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.228-5, InsuranceWork on a Government Installation (Jan 1997) see attached Schedule of Insurance following the Statement of Work; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003); 52.252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Apr 2007), the following apply under this clause: 52.203-3, Gratuities (Apr 1984; 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.247-7023, ALT III, Transportation of Supplies by Sea (May 2002). Other applicable contracts clause are: 52.216-18, Ordering (Oct 1995), with fill-ins as follows: 22 February 2010 through 21 October 2010; 52.216-19, Order Limitations (Oct 1995), with fill-ins as follows; $3000.00, 4 per month; 4 per month; 10 days; 3 days; 52.216-21, Requirements, Alt I, with fill-in as follows: Delivery date annotated on delivery orders issued prior to 21 October 2010. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (Nov 2006) and 252.212-7000, Offeror Representation and Certification Commercial Items (Jun 2005) shall be submitted with the quotation; Access the Directorate of Contracting website at https://doc.campbell.army.mil/ to review the Statement of Work (SOW). Facsimile and email quotations are acceptable at (270) 798-3987; mailing address is Directorate of Contracting, 13 Street, Building 2172, Fort Campbell, Kentucky, 42223. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed Angela Jacobs (270) 798-7562, angela.jacobs@us.army.mil. SCHEDULE OF INSURANCE: a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmen's Compensation and Employer's Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence $500,000.00 Automobile Liability Insurance: Minimum Per Person $200,000.00 Minimum Per Occurrence for Bodily Injury $500,000.00 Minimum Per Occurrence for Property Damage $20,000.00 b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed or prescribed (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause entitled Insurance - Work on a Government Installation (FAR 52.228-5), in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. Contractor 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 subcontractors manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractor); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. 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); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor 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 period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. 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 website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 52.222.0054 Employment Eligibility Verification (Jan 2009) (a) Definitions. As used in this clause Commercially available off-the-shelf (COTS) item (1) Means any item of supply that is (i) A commercial item (as defined in paragraph (1) of the definition at 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. Per 46 CFR 525.1(c)(2), bulk cargo means cargo that is loaded and carried in bulk onboard ship without mark or count, in a loose unpackaged form, having homogenous characteristics. Bulk cargo loaded into intermodal equipment, except LASH or Seabee barges, is subject to mark and count and, therefore, ceases to be bulk cargo. Employee assigned to the contract means an employee who was hired after November 6, 1986, who is directly performing work, in the United States, under a contract that is required to include the clause prescribed at 22.1803. An employee is not considered to be directly performing work under a contract if the employee (1) Normally performs support work, such as indirect or overhead functions; and (2) Does not perform any substantial duties applicable to the contract. Subcontract means any contract, as defined in 2.101, entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes and modifications to purchase orders. Subcontractor means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime Contractor or another subcontractor. United States, as defined in 8 U.S.C. 1101(a)(38), means the 50 States, the District of Columbia, Puerto Rico, Guam, and the U.S. Virgin Islands. (b) Enrollment and verification requirements. (1) If the Contractor is not enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall (i) Enroll. Enroll as a Federal Contractor in the E-Verify program within 30 calendar days of contract award; (ii) Verify all new employees. Within 90 calendar days of enrollment in the E-Verify program, begin to use E-Verify to initiate verification of employment eligibility of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); and (iii) Verify employees assigned to the contract. For each employee assigned to the contract, initiate verification within 90 calendar days after date of enrollment or within 30 calendar days of the employees assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section). (2) If the Contractor is enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall use E-Verify to initiate verification of employment eligibility of (i) All new employees. (A) Enrolled 90 calendar days or more. The Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract within 3 business days after the date of hire (but see paragraph (b)(3) of this section); or (B) Enrolled less than 90 calendar days. Within 90 calendar days after enrollment as a Federal Contractor in E-Verify, the Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section ); or (ii) Employees assigned to the contract. For each employee assigned to the contract, the Contractor shall initiate verification within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section). (3) If the Contractor is an institution of higher education (as defined at 20 U.S.C. 1001(a)); a State or local government or the government of a Federally recognized Indian tribe; or a surety performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond, the Contractor may choose to verify only employees assigned to the contract, whether existing employees or new hires. The Contractor shall follow the applicable verification requirements at (b)(1) or (b)(2), respectively, except that any requirement for verification of new employees applies only t new employees assigned to the contract. (4) Option to verify employment eligibility of all employees. The Contractor may elect to verify all existing employees hired after November 6, 1986, rather than just those employees assigned to the contract. The Contractor shall initiate verification for each existing employee working in the United States who was hired after November 6, 1986, within 180 calendar days of (i) Enrollment in the E-Verify program; or (ii) Notification to E-Verify Operations of the Contractors decision to exercise this option, using the contact information provided in the E-Verify program Memorandum of Understanding (MOU). (5) The Contractor shall comply, for the period of performance of this contract, with the requirement of the E-Verify program MOU. (i) The Department of Homeland Security (DHS) or the Social Security Administration (SSA) may terminate the Contractors MOU and deny access to the E-Verify system in accordance with the terms of the MOU. In such case, the Contractor will be referred to a suspension or debarment official. (ii) During the period between termination of the MOU and a decision by the suspension or debarment official whether to suspend or debar, the Contractor is excused from its obligations under paragraph (b) of this clause. If the suspension or debarment official determines not to suspend or debar the Contractor, then the Contractor must reenroll in E-Verify. (c) Web site. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify. (d) Individuals previously verified. The Contractor is not required by this clause to perform additional employment verification using E-Verify for any employee (1) Whose employment eligibility was previously verified by the Contractor through the E-Verify program; (2) Who has been granted and holds an active U.S. Government security clearance for access to confidential, secret, or top secret information in accordance with the National Industrial Security Program Operating Manual; or (3) Who has undergone a completed background investigation and been issued credentials pursuant to Homeland Security Presidential Directive (HSPD) -12, Policy for a Common Identification Standard for Federal Employees and Contractors. (e) Subcontracts. The contractor shall include the requirements of this clause, including this paragraph (e) (appropriately modified for identification of the parties), in each subcontract that (1) Is for (i) Commercial or noncommercial services (except for commercial services that are part of the purchase of a COTS item (or an item that would be a COTS item, but for minor modifications), performed by the COTS provider, and are normally provided for that COTS item); or (ii) Construction; (2) Has a value of more than $3,000; and (3) Includes work performed in the United States. (End of Clause) DOD ANTI-TERRORISM STANDARDS: Pursuant to Department of Defense Instruction 2000.16, DoD Anti-Terrorism Standards, each contractor employee who needs access to Fort Campbell, Kentucky, must complete Level I anti-terrorism awareness training and receive certificate of training. The training is publicly available at https://atlevel1.dtic.mil/at. Contractor shall provide certificates to the Contracting Officer. If an automated system is not available, contractor may conduct required training (i.e., as part of Quality Control or Safety training) and provide employees names and evidence of certification to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c402e3bc3b1dbb4975dc019f684c4fb)
 
Place of Performance
Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 1/2 & Indiana Street Fort Campbell KY
Zip Code: 42223-5355
 
Record
SN02049108-W 20100127/100125234713-4c402e3bc3b1dbb4975dc019f684c4fb (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.