Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1999 PSA#2437

U.S. Department of Justice, Immigration & Naturalization Service, Procurement and Contracting Branch, 70 Kimball Avenue, South Burlington, VT 05403-6813

15 -- LEASE OF AIRCRAFT FOR AN ESTIMATED 400 HOURS SOL ACB-99-Q-0014 DUE 092799 POC Laura B. Zuchowski (802)872-4111 E-MAIL: Click here to contact the contract specialist via, Laura.A.Zuchowski@usdoj.gov. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is a Request for Quotation, reference number ACB-9-Q-0014. The RFQ document and incorporated provisions and clauses are those in effect through FAC 97-12. Provide a fixed hourly price for each type of aircraft being proposed in response to this RFQ. More than one award may be made in response to this solicitation. CLIN 0001 -- Single Engine or Twin Engine Helicopter 60 estimated hours. CLIN 0002 Single Engine or Twin Engine Fixed Wing Airplane 380 estimated hours. Lease of aircraft or combination of aircraft is for a period of five months beginning on September 28, 1999. Contractors may propose one or any combination of the following general types of aircraft to meet this requirement: light duty, single turbine engine powered helicopter with pop-out emergency floats; a light duty twin-engine powered helicopter with or without floats; a single engine turbine powered fixed-wing airplane; or a twin engine turbine or reciprocating engine powered fixed-wing airplane. Aircraft proposed must be equipped to perform safe flight over water for extended periods of time in the performance of aerial surveillance and transportation of law enforcement officers to remote areas during day and evening hours. The aircraft will be based at Rafael Hernandez (Borinquen) airport in Aguadilla, Puerto Rico, for the duration of the lease period. Applicable Documents to be provided by the contractor to include: commercial operations manual specified by the manufacturer, to include but not limited to, FAA approved flight manual, commercial pilot's operating manual, operating handbooks/manuals and specification for avionics systems or components. The aircraft will be operated in the Commonwealth of Puerto Rico and over the surrounding waters and offshore islets. The aircraft will be flown by US Border Patrol aviators, within normal category as defined in the pilot's operating handbook and in such a manner so as not to invalidate the contractor's insurance policy. The contractor shall maintain the aircraft according to the aircraft manufacturer's standards and in accordance with Federal Aviation Regulations. The aircraft must remain at the Rafael Hernandez (TJBQ) airport for the duration of the contract and be available for flight twenty-four hours a day. On termination of the lease period the Government will return the aircraft to the contractor's location in an airworthy condition, less normal wear and tear. The contractor will be responsible for all scheduled and unscheduled maintenance, with the exception of daily preflight or postflight requirements such as turbine rinses and aircraft washing, and the cost of those services shall be included in the lease rate. Contractor shall maintain the aircraft according to FAA approved Minimum Equipment List (MEL) and other maintenance and deferred maintenance program procedures approved under the Contractor's maintenance program. The contractor shall provide evidence that the aircraft is certified according to Federal Aviation Regulation Part 23. The government will be responsible for all fuel, oil, and ground power during the lease period. The aircraft may be temporarily based out of any chartered airport or US Military installation in the Commonwealth of Puerto Rico or CONUS at the Government's convenience and expense. If proposal is for one aircraft a replacement or backup aircraft meeting the requirement of this solicitation must be made available by the contractor within 24 hours. If a proposal is for two different aircraft, a replacement or backup aircraft must be made available in place of the unavailable aircraft within 7 working days. Minimum equipment performance is as follows: Fixed Wing Aircraft must have seating for six, including pilot and copilot.Aircraft must be single-pilot certified for Instrument Flight Rules (IFR), be equipped with Mode C transponder and Global Positioning System with current database. If equipped with a single-engine, the engine must be turbine powered. Rotary Wing Aircraft must have seating for four, including pilot and copilot. The aircraft must be equipped with Mode C transponder, Global Positioning System with current database and pilot controlled searchlight. If equipped with a single-engine, the helicopter must be equipped with emergency pop-out floats. All aircraft must have a minimum range of 300 miles and minimum flight endurance of 3 hours. Aircraft shall be provided without flight crew. The government will provide for training and aircraft familiarization. Only US Border Patrol aviators with appropriate FAA certification will act as pilot-in-command of the aircraft. Contractor and Government points of contact shall be identified at time of award. FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. Award shall be made based on the lowest hour price(s). All quotes submitted shall include a completed copy of the provisions at FAR 52.212-3. FAR 42.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition. FAR 52.212-5(b), the following additional FAR clauses apply to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-34. All quotes are due (facsimile quotes accepted) no later than 27 September 1999, 1:00 p.m. EST to US Immigration & Naturalization Service, Attn: Contracting, Laura Zuchowski, 70 Kimball Avenue, So. Burlington, VT 05403-6813. Contact Laura Zuchowski at (802)872-4111 (voice) or (802)951-6455 (fax) for information regarding this RFQ. Posted 09/20/99 (W-SN382130). (0263)

Loren Data Corp. http://www.ld.com (SYN# 0129 19990922\15-0011.SOL)


15 - Aircraft and Airframe Structural Components Index Page