Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOURCES SOUGHT

U -- AIRCRAFT SUPPORT FOR THE UNITED STATES AIR FORCE SURVIVAL, EVASION, RESISTANCE AND ESCAPE (SERE) SCHOOL PERSONNEL PARACHUTING PROGRAM

Notice Date
3/14/2007
 
Notice Type
Sources Sought
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, WA, 99011-8568, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4620-07-R-FI03
 
Response Due
3/27/2007
 
Archive Date
4/11/2007
 
Description
REQUEST FOR INFORMATION AIRCRAFT SUPPORT FOR THE UNITED STATES AIR FORCE SURVIVAL, EVASION, RESISTANCE AND ESCAPE (SERE) SCHOOL PERSONNEL PARACHUTING PROGRAM This is not a Request for Proposal (RFP) and the Government will not pay for any information requested in this Request For Information (RFI). Responses will be done at no cost to the Government. The government is contemplating an indefinite delivery ? indefinite quantity (IDIQ) contract to fulfill this requirement. Initial research indicates this service is commercial in nature and we are soliciting beneficial commercial practices, terms and conditions for consideration. It will be the contractor?s responsibility to be familiar with applicable clauses and provisions in any resultant Request for Proposal and awarded contract. The Air Education and Training Command (AETC) is soliciting for air support to conduct personnel parachute operations for the USAF Survival, Evasion, Resistance and Escape (SERE) School, 336 Training Group, Fairchild Air Force Base, WA, in support of current syllabus objectives and proficiency training requirements. Carrier must be licensed to deploy parachutists from FAA licensed aircraft owned by or leased/contracted to the United States. The conduct of these operations will be in accordance with DoD Directive 4500.53, DoD Commercial Air Transportation Quality and Safety Review Program http://www.dtic.mil/whs/directives/index.html , and the 31 Jan 03 USD (AT&L) Requirements for Airdrop Operations memorandum(Attachment 8) http://www.e-publishing.af.mil/pubfiles/af/11/afi11-410/afi11-410.pdf. Additionally, carrier must gain approval to conduct operations on Fairchild AFB from the 92nd Operations Group Commander in accordance with Fairchild AFB Instruction 13-201 (approval will be facilitated with 336 TRG/XP assistance). Carrier must be able to conduct static line operations. Carrier must be able to conduct military freefall operations up to 12,999 ft MSL. Carrier must meet current military communications requirements to communicate with on board jumpmaster and drop zone officer. Aircraft will carry up to nine fully equipped military parachutists and deploy a minimum of 3 parachutists per pass to meet training requirements. All jump missions are approximately two hours in duration. Carrier will be tasked to support operations twice weekly, 48 weeks annually at either Fairchild AFB or local military approved drop zones (DZ?s). Weekly missions must be conducted on Tuesdays and one additional day to be determined. Carrier must provide access to aircraft to conduct aircraft familiarization training. Total request is for approximately 192 tac hours per year. As part of Market Research, this Request for Information (RFI) will be used to determine if there are any sources capable of providing the services described below. Also, based on the responses to this RFI a determination of suitability for small business set aside will be made. A contract is contemplated for a basic period and 4 option periods. The North American Industry System Classification Code (NAICS) for this acquisition is 481219. Once Market Research has been completed, the Request for Proposal (RFP) will be placed on the Federal Business Opportunities website http://www.fedbizopps.gov. It will be the responsibility of prospective offerors to check this site regularly for any postings or changes. Prospective offerors must be registered in the DoD Central Contracting Registration (CCR) and must be qualified to perform in the correct NAICS code as aforementioned. Registration may be accomplished at http://www.ccr.gov. All responsible businesses, including small businesses, are encouraged to respond to this RFI. All prospective offerors shall indicate their size standard (large business, small business, 8a, HUBZone, SDB/8(a), SD-VOSB, VOSB, WOSB, etc.) when replying to this RFI. Provide a single point-of-contact to include an e-mail address, your Federal Cage Code, and your Data Universal Numbering System (DUNS) number. Requested Information: In your response briefly describe your company?s experience in the aforementioned description. Provide company product literature demonstrating company capability of performance. Provide any questions about the requirement that your company may have. For the purpose of market research in determining the estimated costs, responders are requested to provide any published hourly or daily rates for their services. (Note: This is not a Request for Proposal). Responses are due NLT COB 27 Mar 07. Any response to this RFI submitted by a responder shall be submitted at no cost to the Government and the Government is in no way obligated by the information received. All information shall be submitted to: robert.hough@fairchild.af.mil Phone: 509-247-4873 E-mail is the acceptable means for submittal or inquiries.
 
Place of Performance
Address: Fairchild AFB, WA
Zip Code: 99011
Country: UNITED STATES
 
Record
SN01250898-W 20070316/070314221137 (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.