Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOURCES SOUGHT

V -- FLIGHT SUPPORT

Notice Date
5/20/2009
 
Notice Type
Sources Sought
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Yuma Proving Ground, ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-09-CRTCHELO
 
Response Due
6/4/2009
 
Archive Date
8/3/2009
 
Point of Contact
Samuel Colton, 928-328-6354<br />
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(samuel.colton@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Flight Support Contract Invitation for Industry Comments To All Interested Parties: The Mission and Installation Contracting Command (MICC) Center Yuma located at the U.S. Army Yuma Proving Ground (USAYPG) in Yuma, AZ is conducting an industry survey to locate interested sources with the ability to provide Helicopter Flight Support for the U.S. Army Cold Region Test Center (CRTC) in Delta Junction, AK. This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the U.S. Army Yuma Proving Ground or the U.S. Army Cold Region Test Center. The purpose of this Sources Sought Notice is to identify potential sources that may be interested in and capable of performing the work described herein. Located in the heart of Alaska, the U.S. Armys Cold Regions Test Center (CRTC) is the premier cold weather test facility within the Department of Defense. The Test Center offers access to more than 670,000 acres of range, controlled airspace, support facilities, and consistently cold weather. The mission of CRTC is to provide test and evaluation services to the United States Army, Department of Defense and commercial developers of military systems to include other test ranges. The potential offerors shall be responsible for management, supervision, personnel and equipment necessary to perform this recurring service per the Performance Work Statement based upon test mission requirements during the period of performance. The services include, but are not limited to helicopter support services, picking up and transporting personnel and equipment to/from specified locations; helicopter support services, picking up and transporting personnel and equipment at specified times. All prospective offerors must have a Commercial and Government Entity (CAGE) Code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov. Prospective offerors are encouraged to register with the Online Representation and Certifications Application (ORCA) at https://orca/bpn.gov/. The MICC request industry feedback in regards to the impact/concerns/benefits to both the Government and contractor in regards to the questions listed within this notice. Please be specific and include the advantages/disadvantages for both the Government and contractor. 1. What contract type and contract length is commonly utilized for the contemplated service(s)? 2. What payment method is preferred by companies in this industry? 3. What factors are commonly utilized to evaluate service providers for this type of requirement? 4. Please identify all socio-economic statuses that apply to your organization. (Example: Hub zone, Small Disadvantaged Business, Small Business, Minority Owned Business, etc.) 5. What contract type(s) would your organization recommend for the contemplated services (i.e. Firm Fixed Price, Time & Materials, Labor Hour, etc)? Please include your rationale. 6. What North American Industry Classification System (NAICS) code would you recommend for the contemplated services described? 7. Please identify any laws and regulations that may be unique to the contemplated services. 8. Please identify if subcontracting opportunities exist for the services. 9. What type, size and number of helicopters do you have available? Also provide the number of passengers that can be transported per specified helicopter along with the capability of transporting gear and a sling load in pounds. 10. What is your response time from time of initial scheduling of flight support? 11. Do you have the ability to provide both daytime and nighttime flight support? 12. Does the Federal Excise Tax apply to this type of requirement? If yes, what is the rate? The Mission and Installation Contracting Command (MICC) Center Yuma does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC-Center-Yuma's review of the information received. Interested sources shall provide all questions and feedback in writing and should be submitted to Mr. Samuel Colton at samuel.colton@us.army.mil or at U.S. Army YPG-MICC-Yuma, CCMI-RCY, B-2100, RM-8, 301 C Street, Yuma, AZ 85365-9498 no later than 12:00PM Noon MST on June 4, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-CRTCHELO/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ<br />
Zip Code: 85365-9106<br />
 
Record
SN01823744-W 20090522/090521003841-622851fb54e7dd063543d4af27e41f68 (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.