Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2004 FBO #0937
SOURCES SOUGHT

99 -- AIRCRAFT SHUTTLE PASSENGER SERVICE REQUEST FOR INFORMATION

Notice Date
6/18/2004
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACX-52 W.J. Hughes Tech Center (ACT)
 
ZIP Code
00000
 
Solicitation Number
3686
 
Response Due
7/20/2004
 
Point of Contact
Jerry Hendricks, (609)485-6766
 
E-Mail Address
Email your questions to jerry.hendricks@faa.gov
(jerry.hendricks@faa.gov)
 
Description
AIRCRAFT SHUTTLE PASSENGER SERVICE ***IMPORTANT UPDATE*** This Request for Information has significant changes compared to the previous RFI issued on April 23rd, 2004. Note: This is a Request for Information Announcement. Information provide by interested parties will be considered confidential or privileged and will not be released in accordance with FOIA, 5 U.S.C. 552(b) 4. The Federal Aviation Administration (FAA) William J. Hughes Technical Center (WJHTC) is requesting information from qualified businesses associated with NAICS code 48111 Titled ??? Scheduled Passenger Air Transportation???. The WJHTC is hereby requesting information to assist in determining if the Government???s requirement needs enhancement for future procurements and to determine current commercial industry capabilities. ** The FAA William J. Hughes Technical Center is currently under contract with an Aircraft Charter operator for shuttle passenger service between ACY (Atlantic City International Airport, NJ) and DCA (Ronald Reagan National Airport, Washington, DC). Normal schedule of passenger movement is eight (8) round trips per week (Tuesday thru Friday). ** The WJHTC intends to issue a Request for Proposal at some time in the future. Attached to this RFI is a sample statement of work for that document and a schedule. Interested parties are invited to provide information to assist the government in preparing a final statement of work consistent with commercial practices and capabilities. WJHTC desires to afford maximum opportunity for contractors to provide comments. From those comments, the government will tailor a final statement of work that allows for innovation and efficiency within the parameters of the government???s need and request proposals. Following proposal evaluation, the government expects that the resultant contract will be a Firm-fixed Price, Indefinite Delivery-Indefinite Quantity award for a base year with four one year options. The following two (2) factors will be applied to determine the best value to the Government. The combined technical criteria (elements a, b, and c) may be considered more important then the price criteria. 1. TECHNICAL APPROACH: a. Backup/Contingency Plan: The WJHTC requires both on-time performance and actual completion of all round trip flights. The offerors shall address plans to provide the required services contained in the attached SOW and shall offer solutions for mitigation of any breaks in service due to the fault of the contractor at both ACY & DCA locations. Mechanical failures shall be considered the contractor???s fault. Circumstances beyond the contractor???s control (weather, air traffic control delays etc) are not considered to be the contractor???s fault. Subcontracting flights to mitigate cancellations or lateness is authorized, however, background checks must have already been performed on those pilots. This element will have a 5-page limit (8x11 paper with 12 font size or smaller). b. Type of Aircraft & Age of Aircraft: The offeror shall provide the age of the Aircraft they propose to use for this passenger shuttle service. The government will apply higher scores in the source selection process for newer aircraft verse lower scores for older aircraft. c. Past Experience: On-time reliability is very important for the FAA???s shuttle program. Provide examples within the last 5 years of similar passenger shuttle service experience that the offeror has provided that have resulted in an ongoing relationship with the customer(s). These examples shall indicate the competency the WJHTC can expect from the contractor performing the effort. Provide name, address, POC, Ph#, description of dates of service rendered, and verifiable data demonstrating on-time performance history. This element will have a 10-page limit (8x11 paper with 12 font size or smaller). 2. PRICE PROPOSAL: Price Proposal: Offerors are requested to provide price per trip, each round trip and totals. The offerors pricing shall include all price elements associated with operation of this passenger shuttle service including, but not limited to insurance, taxes, fuel, subcontracting, maintenance, labor and profit. Interested parties responding to this Request for Information should address issues in the statement of work and identify those that may even lead to processes that are uneconomical or not in accordance with commercial business practice. All questions/inquiries must be provided by e-mail only, to Jerry Hendricks at jerry.hendricks@faa.gov., no later than July 8th, 2004. Proposals are due no later than July 20th, 2004 2:00PM. This Request for Information does not commit or obligate the William J. Hughes Technical Center to issue any future documents. ** Please see Attachments ( SOW and Schedule )**
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00606097-W 20040620/040618211832 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.