Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

V -- UNSCHEDULED AIR CHARTER SERVICES

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-CR, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
AIRCHARTER
 
Archive Date
7/24/2009
 
Point of Contact
Christy Donahue, Phone: 2027322523, Nancy Maples-Remley, Phone: 2027322556
 
E-Mail Address
Christy.Donahue@dhs.gov, nancy.maples-remley@dhs.gov
(Christy.Donahue@dhs.gov, nancy.maples-remley@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
June 8, 2009 Immigrations and Customs Enforcement (ICE) Charter—Sources Sought ICE is contemplating contracting for air charter requirements for Fiscal Year 2010 and is seeking to determine vendor interest in participating in a procurement to provide these services. The information provided below describes air charter requirements contemplated for possible implementation commencing in Fiscal Year 2010. The below information is provided in order to obtain vendor interest in performing chartered air passenger services. 1. The Office of Detention and Removal Operations (DRO) provides reliable, safe, and secure mass air transportation of aliens placed in ICE custody. ICE conducts both domestic air movements to stage for removal flights, as well as international flights to return alien nationals to their home countries from the United States. 2. Envisioned Aircraft Requirements. It is anticipated that each aircraft will have a minimum of 150 passenger seats. The vendor must be a Federal Aviation Administration (FAA) certified air carrier/commercial operator/broker under 14 CFR Part 121 (Air Carrier Certification) or 129 (Operations : Foreign Air Carriers and Foreign Operators of U.S.-Registered Aircraft Engaged in Common Carriage), operate the aircraft in accordance with FAA/ICAO authorizations/regulations, and use only pilots and crewmembers qualified, current and authorized to act as flight crewmembers under the vendor’s air carrier/operator certificates. This requirement is contemplated to be a total wet lease to include aircraft, flight crew (using the minimum number required to complete the flight), security crew (13), flight nurse, aircraft-to-medical doctor communication capability (described below), maintenance, insurance, fuel, de-icing, all airport and landing fees, all over-flight fees, airport/FBO handling fees, Customs fees, and all other miscellaneous fees and taxes associated with each flight. Interested offerors must provide capability statements which should describe, at a minimum, their expertise and experience. Responses are required to include the firm’s name, mailing address, telephone and facsimile numbers, company web site, size of firm, number of years experience providing chartered air passenger services, DUNS, Federal Supply Schedule Number (if applicable), and direct points of contact including phone and e-mail addresses. THIS IS NOT A REQUEST FOR PROPOSALS. The requested information to be provided is for planning purposes only and does not constitute a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The government does not intend to award a contract on the basis of this request nor will the Government provide reimbursement for any information that may be submitted in response to this request. Any contract that may be awarded based on information received or derived from this request will be the outcome of a competitive process. Please note that the collection of this data does not obligate the Government to the procurement of the services. Capability statements shall be submitted in Microsoft Word, not less than 10 point font, and shall not exceed 25 pages in length. Capability statements shall be submitted electronically to Christy Donahue via email at Christy.Donahue@dhs.gov. Any and all questions must be submitted in writing to Christy Donahue. Capability statements shall be submitted not later than 8:00 am, EST, Thursday, 9 July 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-CR/AIRCHARTER/listing.html)
 
Place of Performance
Address: VARIOUS, United States
 
Record
SN01838244-W 20090610/090608234413-52b7c7a9d632bac9e17b5ef136d185eb (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.