Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155

Commander (FCP), USCG MLC (Pacific), Finance Division, Coast Guard Island, Alameda, CA 94501-5100

V -- HELICOPTER SERVICES SOL DTCG89-98-Q-6WNBHG DUE 082498 POC Ms Terry Craft, Purchasing Agent (510) 437-3004 FAX (510) 437-3014 E-MAIL: Please click here to contact the Purchasing Agent, tcraft@d11.uscg.mil. This is a combined synopsis/solicitation for commercial services 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 Request for Quotation number is DTCG89-98-Q-6WNBHG and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-05. This solicitation is set-aside 100% for small business. The SIC code is 4522. The small business size standard is 1500 employees. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes on the following items: SCOPE OF SERVICES: 001 -- Contractor to provide helicopter services to transport equipment to Sentinel Island from Juneau(see equipment list (a)). Helicopter maximum lift required is estimated at 1900lbs. Project will require approximately 8 lifts of equipment. All services are contingent upon good weather. Services to begin at Juneau on or about 8/31/98. 002 -- Helicopter service to off load equipment at Sentinel Island onto a barge located in the area, approximately 24 lifts, on or about 9/3/98(see equipment list (b)). 003 -- Helicopter ferry service from Juneau to Sentinel Island needed 2(two) times a day for a crew of 4(four) from on or about 8/31/98 to 9/4/98. Helicopter ferry services from Juneau to Five Finger Island, approximately 6(six) round trips for a 4(four) man crew. Starting on or about 9/5/98 to 9/15/98. (a) EQUIPMENT LIST (FROM JUNEAU TO SENTINAL): 1 air compressor 3 totes of tools and misc. supplies 1 pressure washer 1 box of plywood 27 55 gallon empty drums 3 drums of water 8 drums of diesel 2 drums of gas (b) OFFLOADING/EQUPMENT LIST (FROM SENTINEL TO BARGE LOCATION): Equipment as listed above except, 8-10 of the empty drums will now contain the following: 1 drum of sludge 5 drums of diesel waste 2 drums of diesel water waste 1 box of misc. supplies AWARD: This purchase will be based on the following criteria: Lowest price for services that meets or exceeds specifications. PROVISIONS: The following FAR provisions apply to this acquisition: FAR 52.212-1, Instructions to Offers -- Commercial Items. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, all offerors are to include with their offer a completed copy of FAR 52.212-3. (Copies of FAR 52.212-3 are available upon request from the Contracting Officer or on the world wide web at http://www.arnet.gov/far, FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Order -- Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment reports on Special Disabled Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act-Supplies (41 U.S.C. 10). An addenda is included to incorporate clause 52.219-6, Notice of Total Small Business Set-Aside. Offers are due on August 24, 1998, by 5:00pm local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific, Bldg. 54-A, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms Terry Craft. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price and discount terms for each line item. The following notice is for informational purposes: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit of $500,000 with interest at the prime rate. For further information and application forms concerning STLP, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. See Note 1. Posted 08/06/98 (W-SN233878). (0218)

Loren Data Corp. http://www.ld.com (SYN# 0133 19980810\V-0002.SOL)


V - Transportation, Travel and Relocation Services Index Page