SOLICITATION NOTICE
V -- FLIGHT SUPPORT SERVICES, AIRCREW AND CASA 212 or equivalent aircraft
- Notice Date
- 12/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U-12-R-0002
- Response Due
- 1/2/2012
- Archive Date
- 3/2/2012
- Point of Contact
- Tina Guillot, 254-288-9578
- E-Mail Address
-
US Army ATEC Contracting Activity
(tina.a.guillot@us.army.mil)
- 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 Army Test and Evaluation Command (ATEC) Mission Support Contracting Activity (AMSCA), Fort Hood, Texas has a requirement for Aircrew Flight Services. The solicitation is issued in accordance with FAR Part 12 and FAR Part 16 and evaluated in accordance with FAR Part 13. This acquisition is being conducted in accordance with FAR 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; proposals are being requested. The solicitation number for these requirements is W9115U-12-R-0002. The solicitation is issued as a request for proposals (RFP). This acquisition is set-aside 100% for small business concerns. The anticipated Contract type is a FFP Requirements Contract. The requirements consist of the following: The Contractor shall provide all personnel, aircraft, equipment, tools, materials, maintenance supervision and other items and services necessary to perform flight services to conduct military static line and/or freefall as defined in the attached Performance Work Statement (PWS) at Fort Bragg, North Carolina. All services shall be performed in the Continental United States. These training operations are in support of the United States Airborne and Special Operations Test Directorate (ABNSOTD). The ABNSOTD plans, executes, and reports results for test and evaluation programs of Airborne systems, aircraft capabilities, airdrop rigging kits and procedures and equipment and procedures developed for use by conventional and Special Operations Forces and conducts all special operations related testing for the Directorate, and administers the Military Free-Fall Parachute Program for the Directorate. The ABNSOTD anticipates an initial delivery order requirement in January 2012. The ABNSOTD anticipates a minimum quantity of 5 orders per period of performance, and a maximum quantity of 15 orders per period of performance. The contractor shall be capable of providing a CASA 212 or equivalent aircraft. Equivalent aircraft must be capable of exiting from rear of aircraft, capable of take-off and landing on/from a dirt runway a minimum of 1,400 feet long, capable of being configured with an allowable cabin load supporting a minimum of fifteen (15) seats with 24 inches spacing to accommodate at least 15 combat equipped paratroopers with extended seatbelts or at least twenty (20) seats with 24 inches spacing to 20 non-combat equipped static line jumpers. Pilots and personnel are required to have a Secret Clearance. Pilots and personnel shall have the following certifications: Federal Aviation Administration (FAA) Licensed Pilot, FAA Licensed Aircraft Mechanics, and FAA Approval Data for Aircraft. More information can be found in the attached Performance Work Statement (PWS). Exact quantities for the specified tasks are unknown at this time. It is estimated that the minimum quantities are 5 Flights, 5 Ferry's, and the maximum quantities are 15 Flights and 15 Ferry services. This estimate is not a representation to an offeror that the estimated quantity will be required, or ordered, or that conditions affecting requirements will be stable or normal. The period of performance of this contract will be for 1 year and 4 option years. Base and Option year pricing will be evaluated prior to an award determination. The Contractor shall perform flight services under this contract as authorized by delivery task orders from KO and then, coordination with COR or designated representative for each service requested during the ordering period, and shall set forth, in general terms, the period of performance for each date/service and the anticipated number and type of flights to be required. The KO may, depending on circumstances, authorize oral orders for services. The associated North American Industry Classification System (NAICS) code for this item is 481211, with a Standard Industry Classification (SIC) code of 4522. The Small Business size standard for this requirement is 1,500 employees. AMSCA anticipates a FFP Requirements contract and intends to make one award resulting from this solicitation. The resulting contract will be for one year plus 4 option years. Option year pricing will be evaluated in the determination of contract Award. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Far Clause 52.212-2 applies to this acquisition. The Government will award a FFP Requirements contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Governments requirement (ii) Past Performance (iii) Price Technical capability and Past Performance, when combined, are significantly more important than price alone. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and offerors shall include a completed copy of the provision with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and additional clauses identified in 52.212-5 that apply to this acquisition are the following: 52.222-50; 52.233-3; 52.233-4; 52.203-6 Alt I; 52.204-10; 52.209-6; 52.219-6; 52.219-8; 52.219-14; 52.219-28; 52.222-3;52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.222-41; 52.222-42; 52.222-43; 52.223.18; 52.225-13; 52.232-33. Additional FAR provisions and clauses apply to this acquisition: 52.202-1; 52.203-12; 52.204-2; 52.204-5; 52.204-4; 52.204-7; 52.204-9; 52.209-9; 52.209-7; 52.216-4; 52.216-19; 52.216-21 Alt 1; 52.217-5; 52.217-9; 52.223-3; 52.228-5; 52.233-1; 52.233-2; 52.223-5; 52.223-10; 52.223-17; 52.243-1 Alt 1; 52.244-6; 52.245-1; 52.245-9; 52.246-25; 52.222-46; Department of Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses that apply to this acquisition are the following: 252.201-7000; 252.203-7002; 252.204-7000; 252.204-7003; 252.204-7004 Alt A; 252.204-7005; 252.204-7006; 252.204-7008; 252.209-7001; 252.209-7004; 252.212-7000; 252.212-7001; 252.216-7006; 252.223-7004; 252.223-7006; 252.232-7010; 252.243-7001; 252.223-7001; 252.245-7000; 252-245-7001; 252.245-7002; 252.245-7003; 252.245-7004. Additional check-off clauses identified in 252.212-7001 that are applicable to this acquisition are the following: 52.203-3; 252.203-7000; 252.225-7001; 252.232-7003; and 252.243-7002. Local AMSCA clauses that apply can be viewed on the attached solicitation document. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil. In conformance with this solicitation, all offerors shall submit the following to be considered for an award: completed SF1449(attached) with pricing, completed copies of the provisions at FAR 52.212-1, 52.212-3 and DFARS clause 252.212-7000 or shall provide a copy of ORCA certifications if representations and certifications have been completed electronically via the ORCA website at https://orca.bpn.gov. It is a Department of Defense requirement that Offerors must be registered in the Central Contractor Registry (CCR) located at www.ccr.gov to be considered for award. Any Offeror not registered must be registered in the CCR prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Offers may be submitted electronically to AMSCA.ATEC@us.army.mil or Tina.A.Guillot@us.army.mil referencing this solicitation number or by mail to ATEC Mission Support Contracting Activity, ATTN: Patricia Cuff or Tina Guillot, P.O. Box Y, Fort Hood, Texas 76544-0770. Electronic submissions are the preferred method. Telephonic inquiries will not be honored. Please direct any questions regarding this solicitation to Tina.A.Guillot@us.army.mil or AMSCA.ATEC@us.army.mil. Offerors are due no later than 10:00 AM JANUARY 02, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U-12-R-0002/listing.html)
- Place of Performance
- Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
- Zip Code: 76544-0770
- Zip Code: 76544-0770
- Record
- SN02640678-W 20111218/111216234147-02ebab6054f82e6e6df6af8d545e262d (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 |