Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2006 FBO #1836
SOLICITATION NOTICE

42 -- Yakima Training Center, Aerial Fire Suppression Services, Request for Information and draft Performance Work Statement.

Notice Date
12/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
YTCRFI-07-0001
 
Response Due
11/1/2007
 
Archive Date
12/31/2007
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI)/MARKET RESEARCH Reference Number: YTCRFI-07-0001 Yakima Training Center (YTC),Yakima, Washington anticipates a requirement for exclusive use aerial fire suppression services. Attached is a draft PWS for this requirement. Please review the document and indicate to this office no later than 18 December 06 by 3:00:00 PM (PST) whether or not your company would be capable and interested in providing these services. Please fill out the market research questionnaire provided below. Army Contracting Agency, Directorate of Contracting seeks the following informa tion from industry: The identification of sources and interested parties; ideas and suggestions that provide alternative approaches to providing the services and approximate cost information (e.g., order of magnitude, ballpark estimates, etc.). Written re sponses to this RFI must contain sufficient documentation to convey organizational capabilities to fulfill the requirements described herein. This RFI is for planning purposes only and shall not be construed as a Request for Proposals (RFP) or as an obligation on the part of the Government to acquire any products or services. Responses to this RFI will not serve as proposals, bids, or offers, wh ich could be accepted by the Government to form a binding contract. ACA, DOC will not accept unsolicited proposals related to the subject of this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. The responder must clearly identify any information it considers to be sensitive or Proprietary. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated and incurred with responding to this RFI. The Governm ent reserves the right to determine how it should proceed as a result of this notice. Responses are encouraged from all interested parties. Electronic responses via email are strongly encouraged. Responses to this RFI are to be submitted and addressed to the point of contact identified below no later than 18 December 2006 by 3:00:00 PM (PST ). Responses should include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. You are advised that providing responses to the questions will not automatically include yo u in the acquisition process for this solicitation. Please provide any additional feedback in your responses you feel is relevant. Tricia Allen e-mail: tricia.allen1@us.army.mil mailing address: U.S. Army Contracting Agency, Northern Region Directorate of Contracting Box 339500 MS 19, Room 230 Fort Lewis, Washington 98433-9500 MARKET RESEARCH QUESTIONNAIRE 1. Interested parties submitting a response to this RFI must provide the following: 1) Company Name and Address 2) Point of Contact 3) Phone/Fax/Email 4) Primary NAICS Code 5) Business size and Status under NAICS Code 481212, Non-scheduled chartered freight air transportation services 6) Dun & Bradstreet Number (DUNS) 7) Cage Code 2. This requirement is for the contractor to provide exclusive use of all labor and equipment to accomplish aerial fire suppression services at Yakima Training Center (YTC), Yakima, Washington during the following periods: Option Period 1: 1 Apr 07 - 14 May 07 Base Period: 15 May 07-30 Sep 07 Optional Period 2: 1 Oct 07  31 Oct 01 The Government has the unilateral right to exercise the option periods. If awarded, the base period is the only guaranteed work. a. How would this affect your price proposal? b. Does this affect whether you intend to provide a proposal if a solicitation is released? c. The first option period begins on 1 Apr 07. If the Government exercised this option period on 14 Mar 07, would this be a sufficient amount of time? If not, please discuss the ideal amount of time for the Government to exercise its unilateral right to exercise the option periods prior you beginning performance. 3. Discuss your rotary wing aircraft type and capabilities/specifications of the water bucket to include valve type. Also discuss the specifications for the water source required for the type of bucket that you have (e.g., water depth, size, etc.). 4. Briefly discuss similar work that you have accomplished recently. 5. Are there any aspects of this requirement that would limit your ability to meet it? 6. How many calendar days does your firm need to prepare an offer resulting from any resultant solicitation? [ ] 10 days [ ] 15 days [ ] 20 days [ ] 30 days [ ] Other (specify number ______________ a. How many calendar days could you begin providing services after award? [ ] 10 days [ ] 15 days [ ] 30 days [ ] 45 days [ ] Other (specify number ______________ 7. The requirement is for at least a 1,000 gallon water bucket. a. Can you meet this requirement? b. If your answer to 7.a. is no, what gallon capacity would you be able to meet? 8. The North American Industrial Classification System (NAICS) code Non-scheduled chartered freight air transportation services is 481212. The size standard is 15,000 employees for small business set-aside consideration (below 15,000 employees is consider ed small, above 15,000 employees is considered large). a. Is the NAICS the Government proposes to use appropriate? If not, why? b. Based on this standard, what is your business size, small or large? 9. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. " HUBZone [ ] yes [ ] no " 8(a) [ ] yes [ ] no " SDV [ ] yes [ ] no " WO [ ] yes [ ] no " SB [ ] yes [ ] no 10. Please provide additional feedback.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01190395-W 20061206/061204220615 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.