Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

V -- Passenger Air Transportation Service - NAS Point Mugu, CA

Notice Date
5/4/2009
 
Notice Type
Modification/Amendment
 
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-R-0018
 
Point of Contact
Beverly J. Neeley,, Phone: 618-256-6694, Marie T Pendergast,, Phone: 618-256-6689
 
E-Mail Address
beverly.neeley@ustranscom.mil, marie.pendergast@ustranscom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Air transportation services to shuttle passengers and baggage daily between NAS Point Mugu, CA and San Nicolas Island, CA and NAS Point Mugu, CA and China Lake CA. Approximately 370 passengers outbound and inbound the first and third weeks of the month, and 310 passengers outbound and inbound the second and fourth weeks between Point Mugu and San Nicolas Island and approximately 328 passengers outbound and inbound the first and third weeks of the month, and 290 passengers outbound and inbound the second and fourth weeks between Point Mugu and China Lake. Requires airlift capability to move 130 outbound passengers with no more than five outbound missions from Point Mugu to San Nicolas Island within 2.5 hours. Requires airlift capability to move 28 outbound passengers with no more than five outbound missions from Point Mugu to China Lake within 2.5 hours. The planning weight for each passenger with baggage is 250 pounds collectively. Additional missions between these locations may be required during the week, weekends, and holidays (approximately 9,028 nautical miles per year), as well as other off-line locations within a 500 nautical mile radius of Point Mugu (approximately 12,000 nautical miles per year). These services are scheduled to begin 1 October 2009 or date of award if subsequent thereto, and continue through 30 September 2010 for the base period, followed by four one-year option periods, through 30 September 2014, and a not-to-exceed six months extension under FAR 52.217-8. The aircraft as a minimum must be IFR equipped, multi-engined and turbine-powered. The aircraft must also be equipped with traffic collision avoidance instrumentation, adequate tie down, and restraint or storage provisions for cargo, and capable of landing and taking-off on a runway with a maximum length of 6,000 feet with the stated payload. The solicitation response date will be on or about 29 May 09. The solicitation will only be available from the following website: http://www.fbo.gov. Offer will not be considered unless the offeror is an air taxi operator within the meaning of the Federal Aviation Act of 1958 (19 USC 1301) as amended. To be awarded a contract under this solicitation, prospective offerors must satisfy all DoD Commercial Air Carrier Quality and Safety Requirements as described in 32 CFR, Part 861.3, and the DoD Additional Standards for Contract Passenger Operations under FAR Part 135. These requirements exceed the FAA Part 135 standards in several areas. For additional information, contact HQ AMC/A3B at (618) 229-4801, or go to website: http://www.amc.af.mil/library/businesscustomers.asp. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive a contract award. If you are not registered, you may request an application via 888-227-2423 or go to website http://www.ccr.gov. This is a 100 percent Set-Aside for Small Business. Small Business Size is determined by 1500 or less employees. All responsible sources may submit a proposal, which shall be considered by the agency. See Note 1. Ombudsman for this solicitation: Mr. Dale Huegen, USTRANSCOM Command Acquisition, 508 Scott Drive, Scott AFB IL 62225-5357, (618) 256-4292, fax (618) 256-4702, email: dale.huegen@ustranscom.mil. NOTE: All requests for information on this pre-soliciation should be directed to Beverly Neeley, 618-256-6694, beverly.neeley@ustranscom.mil or Marie Pendergast, 618-256-6689, marie.pendergast@ustranscom.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=331c1b9e237d05ccea3da15d42b3d8e1&tab=core&_cview=1)
 
Place of Performance
Address: NAS Point Mugu, CA, Point Mugu, California, United States
 
Record
SN01808221-W 20090506/090504220409-331c1b9e237d05ccea3da15d42b3d8e1 (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.