Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,2000 PSA#2547

Department of the Air Force, Air Mobility Command, HQ AMC/DOY Contract Airlift, 402 Scott Drive, Unit 3A1, Scott AFB, IL, 62225-5302

V -- AIR TERMINAL AND GROUND HANDLING SERVICES FOR WESTCHESTER COUNTY, NEW YORK SOL F11626-00-R-0011 DUE 030700 POC Nathan Huber, Contract Specialist, Phone (618) 256-9997, Fax (618) 256-5724, Email nathan.huber@scott.af.mil -- Gina Gray, Contracting Officer, Phone (618) 256-6454, Fax (618) 256-8316, Email gina.gray@scott.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F11626-00-R-0 011&LocID=470. E-MAIL: Nathan Huber, nathan.huber@scott.af.mil. DESC: 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. This solicitation, F11626-00-R-0011 is issued as a Request for Proposal (RFP) under simplified acquisition procedures, test program, unrestricted. The SIC Code is 4581 and the small business size is $5 million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The contractor shall provide the following: ground handling services for military aircraft movements into/out of Westchester County Airport (KPHN). Period of performance is 29 Mar 00 until 31 Jan 2001. Equipment must be in place NLT 21 Mar 00. A post-award conference will be held on/about 24 Mar 00 at Westchester County Airport, New York. At a minimum, the following equipment (or equivalent) is required: two light carts, one C-9 tow bar, one tug capable of towing a C-9, one ground power unit (GPU) (-86 or -60), one air start cart (MA-1A or combined with -60 GPU), one lavatory truck, one potable water truck, one B-4 stand. The following items are needed from performance start until 1 Apr 00 and from 15 Nov 00 until 31 Jan 01: vehicle with plow capable of removing snow from 300 X 300 foot area on ramp and deice truck capable of reaching C-9 tail or 28 feet. (Fluid will be provided by airport). Personnel must be available to provide complete service to aircraft upon landing. Exact services will be defined on a mission by mission basis, but will not exceed the capabilities of the equipment listed above. Workload estimate is approximately four planes per month (either C-9, C-20, or combination of aircraft). Contractor will be provided approximately 12-15 hour notice prior to aircraft landing. Upon notification of movement, contractor must provide a list of employees by name (including social security number and date of birth) for background check to the DoD point of contact for the mission. All services will be performed at Westchester County Airport, Westchester NY. Services will be accepted on site by a representative of the Presidential Flight Support Office. FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Paragraph (b) is tailored as follows: (b) "Submission of offers. (1) Offerors are required to complete FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Copies may be obtained by contacting the POCs listed at the end of this notice). The offeror shall insert its proposed unit and extended prices for Contract Line Item Number (CLIN) in the blanks in this solicitation. Offeror shall also include its telephone and fax number with offer. Offerors must also include acknowledgement of solicitation amendments (if issued). UNIT CLIN SCHEDULE OF SERVICES QTY UNIT PRICE AMOUNT 0001 Equipment 0001AA Delivery of Equipment to 1 Lot $ $ Westchester County Airport 0001AB Return of Equipment to 1 Lot $ $ Contractor Facility 0001AC Fixed Monthly Charge for 10.5 Mo $ $ Equipment EST 0002 Ground Handling Services, to 50 Acft $ $ include landing and takeoff, per plane (2) Past Performance Information: The Government will evaluate the quality and extent of the offeror's experience deemed relevant to the requirements of this solicitation to determine an offeror's responsibility. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources to assess experience. Provide a list of at least 3 but no more than 5 of the most relevant contract performed within the last 3 years. Relevant contracts include, but are not limited to air terminal and ground handling services/fixed base operations. Furnish the following information for each contract referenced: (i) company/division name; (ii) product/service; (iii) contract number; (iv) period of performance; (v) name, address, FAX number and telephone number of the Contracting Officer. (c) Submitted documents must be fully responsive to and consistent with the following: (1) Requirements of the RFP (CLINs & PWS) and government standards and regulations pertaining to the PWS. (2) Evaluation Factors for Award as stated in the RFP. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements, is considered technically acceptable, and provides the best value to the Government, considering price and past performance. Competing offerors' past and present performance history will be evaluated on an satisfactory/unsatisfactory basis which will be used to determine an offeror's responsibility. (b). Offerors are cautioned to submit sufficient information and in the format specified FAR 52.212-1. Offeror's may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. (c). The Government intends to award a contract without discussions with respective offers. The Government, however, reserves the right to conduct discussions if deemed in its best interest. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (a) entitled "Inspection/Acceptance" is tailored to read: The Contractor shall only tender for acceptance those services that conform to the requirementsof this contract. The Government reserves the right to inspect or test any services that have been tendered for acceptance. The Government may require reperformance of nonconforming services at no increase in contract price. When the nonconforming services cannot be corrected by reperformance, the Government may -- (1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce the contract price to reflect the reduced value of the services performed. If the Contractor fails to promptly perform acceptable services or to take the necessary action to ensure future performance is in conformity with contract requirements, the Government may -- (1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service. The Government must exercise its post-acceptance rights -- (1) Within a reasonable time after the defect was discovered or should have been discovered. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses cited in this clause are applicable to the acquisition as well: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicableto acquisitions of commercial items or components: (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class Monetary Wage-Fringe Benefits Aircraft Servicer $18.65 Aircraft Worker $19.45 Truckdriver-Medium Truck $16.25 This solicitation incorporates Wage Determination No: 94-2375 Rev (14) Addendum to FAR 52.212-5 -- Other Applicable Clauses Incorporated by Reference or Full Text: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998); This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ Contractor Acquired Insurance: (a) The Contractorshall procure and maintain the following minimum insurance during performance of any work under this contract: Type Amount Automobile Bodily Injury Liability $200,000 per person $500,000 per person Property Damage Liability $20,000 per occurrence Comprehensive General Liability Bodily Injury Liability $500,000 per occurrence Workmen's Compensation and Employer's Liability Worker's Compensation and Occupational Coverage in Accordance with Statutory Limits Employer's Liability Coverage with a Minimum Limit of $100,000 NOTE: The requirement for Workmen's Compensation Insurance and Employer's Liability Insurance is mandatory for designated contractors and subcontractor's only with respect to those employees who are citizens of the United States or residents of the United States and were hired by the contractor in the United States. (b) The contractor shall provide annual proof of insurance (a certificate of insurance) from the insurance provider to the Administrative Contracting Officer. DFARS 252.243-7002 Requests for Equitable Adjustment (10 U.S.C. 2410). DFARS 252.204-7004 Required Central Contractor Registration (Mar 1998). Offers are due by 1600 local on 7 Mar 00. Offers may be faxed in to the POCs listed below at 618-256-8316, or submitted electronically to nathan.huber@scott.af.mil. For information regarding this solicitation, contact Lt Nate Huber or Ms Lou Koch at 618-256-6454. Posted 02/28/00 (D-SN429137). (0059)

Loren Data Corp. http://www.ld.com (SYN# 0109 20000301\V-0006.SOL)


V - Transportation, Travel and Relocation Services Index Page