Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOURCES SOUGHT

V -- Air Transportation Services from/to NAS Patuxent River, MD

Notice Date
2/24/2009
 
Notice Type
Sources Sought
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-09-0003
 
Response Due
3/4/2009
 
Point of Contact
Mary P Chapie,, Phone: 618-256-6693, Marie T Pendergast,, Phone: 618-256-6689
 
E-Mail Address
mary.chapie@ustranscom.mil, marie.pendergast@ustranscom.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). The information received will be used in assessing the availability of an air carrier to provide FAR Part 135 air transportation services. A minimum of three eight-passenger aircraft capable of transporting 1,600 lbs. and one 14-passenger aircraft capable of transporting 2800 lbs. are required. Both requirements are for the transport of passengers with baggage and small parcels from the Naval Air Station (NAS) at Patuxent River, MD, to/from airfields within a 400-mile radius, although some flights could extend to the Mississippi River. The information obtained from market research will help us determine the most suitable approach to acquire the services: 1) Describe available aircraft and capacity for each type (minimum eight-passenger and/or minimum 14-passenger) requirement. Include aircraft type, passenger seats or cargo, and weight capacity. _______________________________________________________________________ 2) What is the minimum true cruise air speed of your aircraft? __________________ 3) What is your approximate aircraft range for the eight-passenger aircraft assuming a payload of 1,600 lbs., and/or the 14-passenger aircraft assuming a payload of 2,800 lbs.? ________________________________ 4) Do you have the capability to provide eight-passenger air taxi service to a minimum of three different destinations simultaneously, on an “as required” basis? _________ 5) Are your eight- and/or 14-passenger aircraft capable of landing and taking-off on a runway of no less than 4,000 feet, carrying a payload of 1,600 lbs./2800 lbs., respectively? If not, please state your aircraft capabilities. ___________________________________________ 6) Are your aircraft equipped with Traffic Collision Avoidance Instrumentation? ____________ If yes, please state the type of instrumentation. If no, please state the approximate cost per aircraft to install and the type of instrumentation. __________________________________________ 7) How much advance notice is required prior to scheduling a flight? _______________ 8) What are your cancellation rules/charges that apply to the carrier and customer? _______________________________________ 9) Is your business considered large or small (1500 employees or less)? _______ 10) Is your company a certificated FAR Part 135 or 121 air carrier? _______________________________________ 11) Is your business currently a DOD approved air carrier? __________________ 12) Does your company have 12-months equivalent service in the type of aircraft above? _______________________________________________________________ 13) What length of contract is common to this industry, 2, 3, 5 years? ___________________________________________________________________________ 14) What types of problems are you currently encountering within your industry (insurance rates, cost of fuel, security requirements, etc.)? __________________________ 15) How is service usually priced, and is per-mile acceptable? ______________ This agency has not made a final commitment to procure the stated requirement and this RFI should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. This agency is interested in obtaining responses to this RFI from prospective contractors, but no contractor shall be reimbursed for providing this information; therefore, USTRANSCOM will accept the requested information in whatever format it is provided. All information provided by the contractor will become property of USTRANSCOM and will not be returned. Responses are requested by 4 Mar 09 and should include a point of contact, phone number, fax number and e-mail address. Interested parties capable of performing this requirement should send e-mail response to: mary.chapie@ustranscom.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf1a7b42f3dc58d80c59bf3d8fa26149&tab=core&_cview=1)
 
Record
SN01755571-W 20090226/090224220213-cf1a7b42f3dc58d80c59bf3d8fa26149 (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  © 1994-2020, Loren Data Corp.