|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1997 PSA#1833Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF
Academy, CO 80840-2315 V -- AIRCRAFT CHARTER SOL F0561197R0002 DUE 051697 POC Ms. Tracie
O'Dononvan,(719) 333-2571 The USAF Academy, CO has a requirement for
chartered aircraft to transport the Falcon Football team to away
football games. The contractor shall provide charter airline service as
necessary to each game. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in the FAR
Subpart 12.6, as supplemented, with the additional information included
in this notice. This announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be
issued. This procurement is issued as a Request for Proposal (RFP)
solicitation number F0561197R0002. The resulting contract shall be for
a basic period and two one year option periods. All required traveling
will occur between 25 Aug and 5 Jan of each contract period. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46. The Standard
Industrial Classification is 7359 and the business size standard is
$5.0 million. The proposed contract listed here is unrestricted.
Proposals offered in response to this RFP shall be in the following
format with the following list of possible destination cities with an
estimated quantity of one roundtrip per city. For the basic period the
cities and estimated travel dates are: 0001 Houston Tx, Depart 5 Sep
97, Return 6 Sep 97, night game; 0002 Baltimore MD, Depart 9 Oct 97,
Return 11 Oct 97; 0003 San Jose CA, Depart 24 Oct 97, Return 25 Oct 97
night game; (Remainder of basic year sites are potential bowl and
playoff locations with no scheduled dates) 0004 Tucson AZ; 0005 San
Diego CA; 0006 Las Vegas NV. Possible Destination cites for the first
option period (1 Jul 98 -- 30 Jun 99) 0007 Tulsa OK; 0008 Las Vegas NV;
0009 Dallas/Ft Worth TX; 0010 Newburgh NY; 0011 Tucson AZ; 0012 San
Diego CA. Possible destinations for the second option period 1 Jul 99
-- 30 Jan : 0013 Seattle WA; 0014 Baltimore MD; 0015 Houston TX; 0016
Dallas/Ft Worth TX; 0017 Albuquerque NM; 0018 Las Vegas NV; 0019 Tucson
AZ; 0020 San Diego CA. All trips originate and complete in Colorado
Springs. The contractor shall include all costs other than applicable
Passenger Facility Charges, Federal Excise Taxes and Fuel. Fuel shall
be a cost reimbursable item upon presentation of airline invoice. The
service shall require an experienced contractor to provide (1)
exclusive use of a Department of Defense approved airline carrier and
aircraft with a minimum of 140 seats, sufficient space for any luggage
and equipment, with an option for ramp or terminal boarding. (2)
Departure shall be on the day prior to the game, unless otherwise
notified, so as to arrive on time in the destination city at
approximately 1300 (1:00PM at the destination). (3)Potential fuel stops
or other delays shall not preclude the contractor from meeting the
appointed arrival times at the destination. The contractor shall
provide a contingency plan for the transportation of the USAFA Football
team in the event of contractor caused delays (mechanical failure,
etc). (4) The contractor shall be responsible to provide alternate
transportation due to delays caused by inclement weather to and from a
suitable airport close to the original destination airport. (5)The
contractor shall not be responsible for government caused delays. (6)
Return flights shall depart as soon as possible after the arrival of
the team at the airport. (7) The contractor shall be responsible to
provide return transportation to an alternate airport should the
potential return flight encounter inclement weather which prevents the
use of the scheduled airport. (8) The contractor shall be responsible
for any on and off loading of team luggage and equipment from any
contractor provided transportation. Requirements may be augmented by
the government, at the government's option, when the government deems
such action to be necessary. (9) The contractor shall provide meals
suitable for a football team (i.e. portions and menu items) during each
flight. (10) During the return flight a hot meal shall beprovided. Meal
plans shall be provided for approval by the government at a minimum two
weeks prior to the flight and the government reserves the right to
change the menu of any flight five days prior to departure. Each
offeror shall provide technical information as to what their proposal
includes. The provisions at FAR 52.212-1, Instructions to
Offerors-Commercial (Oct 95) is incorporated by reference and applies
to this acquisition. The provision at FAR 52.212-2, Evaluation
-Commercial Items(Oct 1995) applies to this acquisition. Evaluation
factors include: What do athletic meals consist of? What is your
experience with athletic teams? What is your on time performance rate?
Is there explanation of alternate destination procedures complete and
meet the requirement? Did they provide a description of the charter
fleet size that will meet the requirement? Will their ground support
plan for all destinations meet the requirement? Will any scheduled fuel
stops delay the arrival of the team at the required time.? NOTE 1:
Technical capability is more important than price. Offerors who fail to
meet the technical requirements as set forth above may be considered
nonresponsive to the Request for Proposal. NOTE 2: The above items will
be graded using the following criteria: 1) Does not meet the standard
(-), (2) Meets the standard (0), (3) Exceeds the standard (+). The
offeror who has the best combination of (+) and (0) signs on the
evaluation criteria scoring and is considered to be most advantageous
including price to the Government will be considered the apparent
awardee. The clause at FAR 52.212-4, Contract Terms and
Conditions-Commercial Items (Oct 1995) is incorporated by reference and
applies to this acquisition. The following addenda also are
incorporated and apply to this solicitation: 52.216-3 Economic Price
Adjustment-Semistandard Supplies (Jan 1997), 52.216-18 Ordering (Oct
1995) For the purpose of this clause the blanks are completed as
follows: (a) issued from 1 Jul, or date of contract award, through 30
Jun of the basic period and each of the option periods. 52.216-21
Requirements (Oct 1995). The blank is completed as 30 Jun of each year
of the contract. 52.217-8 Option to Extend Services (Aug 1989)
52.217-9 Option to Extend the Term of the Contract (Mar 1989). Blank
(a) completed as 30 days (c) completed as three years and six months.
52.232-19 Availability of Funds for the Next Fiscal Year. The blanks
are completed as follows: 30 Jun 98 and 30 June of each option period.
52.215-19 Period of Acceptance of Offer (Apr 1984) In compliance with
this solicitation, the offeror agrees, if this offer is accepted
within 90 calendar days from the date specified in the solicitation for
receipt of offers, to furnish any or all items on which prices are
offered at the price set opposite each item, delivered at the
designated points, within the time specified in the Schedule. AF F03m
2210 -- NAF Provisions and Clauses is also incorporated by reference.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Executive Orders-Commercial Item (Jan 1996) is incorporated
by reference, however, for paragraph (b) only the following additional
FAR cited in the clause are checked and applicable to this
solicitation: numbers 1, 2, 6, 7, 8, and 10. The clause at DFAR
252.212-7001(a), contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisition of
Commercial Items (Nov 1995) is incorporated by reference. Additionally,
each offeror shall include a completed each offeror shall include a
completed copy of the provision at FAR 52.212-3 and DFARS 252.212-700,
Offeror Representations and Certifications -Commercial Items (Oct
1995) with its offer. Offers shall be received at Operational
Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy CO
80840 until 3:00 16 May 97. Tracie O'Donovan may be contacted at (719)
333-2571 for information regarding this solicitation. (0113) Loren Data Corp. http://www.ld.com (SYN# 0088 19970428\V-0004.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|