Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2011 FBO #3337
SOLICITATION NOTICE

V -- Commercial Air Support for Military Parachute Training - SOW Commercial Aircraft Support

Notice Date
1/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
Commercial_Air_Support_FA3047-11TCO72
 
Archive Date
2/3/2011
 
Point of Contact
Christina E. Perrien, Phone: 210-671-4744, Anastacio D.Ramos, Phone: 210-671-1752
 
E-Mail Address
Christina.perrien@us.af.mil, anastacio.ramos@us.af.mil
(Christina.perrien@us.af.mil, anastacio.ramos@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) Commercial Aircraft Support Commercial Air Support For Military Parachute Training This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This synopsis solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-47 dated 13 Dec 2010, DFARS change notice 20101216, and Air Force Acquisition Circular 2010-1027. This solicitation is a Request for Quotation (RFQ), reference number FA3047-11TC072. This purchase is restricted to 100% Small Business concerns. The NAICS code is 481211 with a size standard of 1,500 employees. This is a requirement for non-personal services for commercial air support for military parachute training at different locations, refer to the attached Statement of Work for specific details. Verbal offers will not be accepted. The government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation/Statement of Work, and will be most advantageous to the government (Best Value). The government intends to award a purchase order without discussions with respective vendors/quoters. The government, however, reserves the right to conduct discussions if deemed in its best interest. The quote must be valid for 60 days. Government requires availability beginning 1 February 2011. The description for this requirement is as follows: Clin 0001 - Airborne Operations in accordance with attached Statement of Work. Aircraft use is restricted to conducting military parachute training for 342 TRS Det 1 Personnel. Aircraft is to be operated for the exclusive use of the Department of Defense. Contractor shall be listed on the DOD AMC Paratroop Carrier List as a current carrier. (See attached Statement of Work for details) QTY: 68 Tach Hours Clin 0002 - Block Flight Hours. Aircraft positioning/depositioning from origin to place airborne operations take place and return to origin. (See attached Statement of Work for details) QTY: 15 Tach Hours Period of Performance: 365 days after contract award FOB: Destination To be eligible to receive an award resulting from this RFQ, the apparent successful offeror must be registered in the DoD Central Contractor Registration (CCR) database prior to award, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3 Offeror http://www.bpn.gov/orca Representations and Certifications Commercial Items at website. The following clauses and provisions are applicable to this solicitation: FAR 52.204-10, Reporting Subcontract Award; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders - Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitation on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.232-33, Payment by electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 51.247-34, FOB Destination; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 2542.232-7003, Electronic Submission Requests. Clauses incorporated by full text: FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses. All clauses and provisions may be accessed electronically at http: //farsite.hill.af.mil or www.arnet.gov. Offers may be faxed to 210-671-1433, attention: TSgt Christina Perrien or emailed to christina.perrien@us.af.mil, or mailed to 802D Contracting Squadron/LGCBD, 1655 Selfridge Avenue, Lackland AFB, TX 78236, and must be received not later than 19 January 2011, 12:00 PM Central Time. The Points of Contact for this procurement are TSgt Christina Perrien, email: christina.perrien@us.af.mil and Contracting Officer, Anastacio D. Ramos, email: anastacio.ramos@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/Commercial_Air_Support_FA3047-11TCO72/listing.html)
 
Place of Performance
Address: Primary training area(s) will be in the Florida and New Mexico areas, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02358386-W 20110113/110111234457-8889874a38de950fd47bf6bf435d378d (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.