The RFP Database
New business relationships start here

Helicopter Transport Services in the Greenland Arctic


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12 / 13, 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 is a time and materials type of requirement. This is considered to be a simplified acquisition where the total dollar value of the entire effort shall be below the $250,000.00 simplified acquisition threshold. As a result, simplified acquisition procedures and shorter timeframes are being utilized.

(ii) This is Request for Quotes (RFQ) 70Z02319QMAV47400.


(iii) This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular Federal Acquisition Circular 2019-01.


(iv) This a total small business set aside with no specific socioeconomic status under North American Industry Classification System (NAICS) code 481211, Non-Scheduled Chartered Passenger Air Transport.


(v) This is a full and open competition available to both large and small businesses due to the overseas location.


(vi) The following is a list of contract line item numbers, quantities and units of measure (this list includes all options):


CLIN 00001: Base Period
Period of Performance: 06/10/2019 through 06/30/2019
CLIN Description: Helicopter transport services (inclusive of all other costs, including fuel, airport fees, etc.)
Quantity: 25
Unit of Issue: Helicopter Blade Hours


(vii) The United States Coast Guard (USCG) requires provide Helicopter Support Services (including Medical Evacuation) for the 2019 U.S. Coast Guard detachment in Greenland supporting recovery operations at a site located approximately 100 miles from Kulusuk, Greenland (24W VT 06276 24825, WGS-84). Flights will be to and from Kulusuk, Tasilaq, the recovery site and from various sites around Koge Bay for the non-continuous period of performance beginning on or about 10 June 2019 and ending on or about 23 June 2019 for approximately (14) days of helicopter support and up to 25 flight hours.


(viii) The primary place of performance will be in Greenland around Kulusuk, Tasilaq, the recovery site and from various sites around Koge Bay.


(ix) All offerors must be registered in SAM to be eligible for federal contract awards. Offerors not in SAM may not be eligible for award.


(x) Please submit your quote in full via email to the attention of James R. Robinson at James.R.Robinson@uscg.mil, on or before 12:00 p.m. EST, on 05/30/2018. The Coast Guard understands that this is a very short turnaround time. However, due to weather and safety concerns in the arctic conditions, and that there is a very narrow timeframe for when helicopters can safely fly in the arctic without danger to human life and equipment, the contract must be award as expediently as possible to have the logistics in place in order for the contract to be a success in the arctic climate.


(xi) The data in your proposal should be compatible with Microsoft Office Suite 2016 and/or Adobe Acrobat. Due to the Coast Guard email limitations, proposals shall not be more than 5 megabytes in total. Compressed zipped files will not be accepted. When responding, please include the title "70Z02319QMAV47400" in the subject line of the email.


(xii) Any questions or concerns regarding any aspect of this RFP shall be forwarded to the Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil before 12:00 p.m. EST, on 05/28/2018, so that they can be addressed prior to the submission of quotations. Offerors are strongly encouraged to ask questions and convey their exceptions to the requirements during this time. The Government desires to alleviate concerns during the RFQ phase so that no assumptions or exceptions will be present in any offers. In the event that this solicitation is canceled, no quotation preparation costs shall be reimbursed.


(xiii) Basis for Award: In accordance with FAR Part 13.106-2(b)(3) the USCG shall not establish a formal evaluation plan or scoring method and quotes may be evaluated comparatively against one another, not just against the standards established in this solicitation. The Government intends to evaluate quotes and award a single contract without clarifications with Offerors, if possible. Therefore, each initial offer shall contain the Offeror's best terms from a technical and price standpoint. However, the Government does reserve the right to conduct clarifications if it is determined necessary by the Contracting Officer. The Government reserves the rights to conduct clarifications with one, some, or all Offerors if the Government determines this to be in the best interest of streamlining this procurement. The Government may reject any or all offers if such action is in the public interest; accept other than lowest offer; and waive informalities and minor irregularities (including minor pricing irregularities) in offers received.


This is a lowest priced technically acceptable competition. The Government will select the lowest priced Offeror and evaluate that for technical acceptability. If it is found to be technically acceptable, no other offers will be evaluated. If the lowest-priced offer is found to be technically unacceptable, the Government will evaluate the second-lowest priced offer. Etc. In this way, it is possible that not all quotes submitted will be evaluated. The Government reserves the right not enter into clarifications sessions with the Offeror being evaluated.


The USCG shall also examine Offerors for a determination of responsibility. This may be performed by utilizing the CPARS/PPIRS systems, and other reasonable methods of determining responsibility. Contractors who cannot be determined to be responsible may not be eligible for award. It is DHS policy that determination of a fair and reasonable price should be based on adequate price competition. However, in the event only one responsible Offeror is obtained as a result of this solicitation, that Offeror may be required to submit Data Other than Certified Cost or Pricing Data, if the Government asks for it. If Data Other than Certified Cost or Pricing Data is not provided, the Government reserves the right to not award to that Offeror.


(xiv) Quote Contents: The Government will evaluate the submitted quote using a lowest-priced technically acceptable method, as follows: The Government shall evaluate the quotes based on the following criteria:
1. Technical acceptability
2. Price


Technical Acceptability:


Technical acceptability shall be determined by examining the quoted materials to ensure that the Contractor can provide all services in the Statement of Work. In addition, the Contractor must be able to provide the correct type of helicopter, as well as proof of insurance and safety. Therefore, in order to determine whether your company is technically acceptable, your quote shall have to include additional information (such as any other documentation your company feels will be helpful in ensuring they are technical acceptable). Offerors who simply repeat the information in the solicitation or statement of work without providing substantive information may be deemed technically unacceptable. Likewise, blanket statements of ability without demonstrating technical capability may also result in an unfavorable rating. The Coast Guard reserves to ask for the right to request any additional information it may require, such as safety certifications, proof of insurance, etc. The Government also reserves significant discretion in determining technical acceptability due to the hazardous nature of the requirements and the safety of human life involved.


Price: The Government will evaluate the total overall price to determine price fairness and reasonableness. All quoted prices must be in United States Currency.


Responsibility Determination: In order to be considered acceptable, your company must be listed in the System for Award Management (www.sam.gov). Those who provide quotes but are not listed in the System for Award Management shall be considered technically unacceptable and not eligible for award. Please provide your DUNS number in your quote so the Government can confirm your entry in the System for Award Management (as well as other systems [if used, as this shall be optional by the discretion of the Government] such as CPARS to check responsibility). If your company cannot be determined to be responsible then you may not be eligible for award.


(xv) The USCG does NOT plan on sending out unsuccessful Offeror letters at this time for this procurement. If your company would like to be informed this information, please provide it in the body of the email in the text. Otherwise, the USCG does not plan on sending out unsuccessful Offeror letters.


(xvi) Attachment: Solicitation letter signed by Contracting Officer, Statement of Work, and Clauses and Provisions


James Robinson, Contract Specialist, Email James.R.Robinson@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP