Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

V -- Airllift Transportation Ft Campbell KY

Notice Date
7/1/2009
 
Notice Type
Presolicitation
 
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-0026
 
Point of Contact
Rachel Harris, Phone: 6182566678, Marie T. Pendergast, Phone: 618-256-6689
 
E-Mail Address
rachel.harris@ustranscom.mil, marie.pendegast@ustranscom.mil
(rachel.harris@ustranscom.mil, marie.pendegast@ustranscom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS PROVIDED FOR PLANNING AND INFORMATIONAL PURPOSES ONLY. THIS ACQUISITION IS A 100% SMALL BUSINESS SET-ASIDE. SMALL BUSINESS SIZE IS DETERMINED BY 1500 OR LESS EMPLOYEES. THE NAICS code for this requirement is 481211. This presolicitation notice is not a Request for Proposals (RFP), but merely informational, as A SOLICITATION FOR THIS PROCUREMENT WILL BE POSTED ON OR ABOUT 10 JULY 2009. THE SOLICITATION RESPONSE DATE WILL BE ON OR ABOUT 31 JULY 09. The Government is contemplating the award of a Firm Fixed Price (FFP) with Equitable Adjustment, Indefinite Delivery/Indefinite-Quantity (IDIQ). Contractor shall provide all aircraft, personnel, equipment, tools, materials, supervision and other items and services necessary to perform air transportation for a minimum of 6 passengers with up to 50 lbs each of baggage or any combination thereof and air transportation for a minimum of 8 passengers with up to 50 lbs each of baggage or any combination thereof, not to exceed maximum gross weight of the aircraft from Ft Campbell KY (or Outlaw Field KY) and return to locations generally within 525 statute miles. Aircraft must have re-configurable cabins. On occasion, pickup locations other than Ft Campbell KY (or Outlaw Field KY) may be requested. At a minimum aircraft shall be Instrument Flight Rules (IFR) equipped, twin –engine, pressurized aircraft. Contractor shall have a current Federal Aviation Administration (FAA) authorization certificate to operate over routes and into airfields specified under both IFR and Visual Flight Rules (VFR) conditions and rules. IFR clearance authorization is not required for operations into airfields which do not have published IFR approach procedures. Contractor shall provide both Dedicated and Scheduled Aircraft Service. Dedicated Aircraft Service: The Contractor shall be on call to provide aircraft service 24 hours per day, 7 days per week. The aircraft must travel from the Contractor’s base of operations to pickup location and final destination without a fuel stop. Aircraft must be ready to depart with passengers within one hour and 45 minutes of telephonic notification. Scheduled Aircraft Service: Flights shall normally be scheduled at least 24 hours in advance. Contractor shall position the aircraft for boarding 15 minutes prior to the scheduled departure time. If the requirement changes after the mission is scheduled, the Government may cancel or reschedule the mission. Schedules cannot be stated in the contract but will be established by mutual agreement between the contractor and the authorized personnel at Ft Campbell. These services are scheduled to begin 1 Feb 2010 or date of award if subsequent thereto, and continue through 31 Jan 2011 for the base period, followed by four (4) one-year option periods, through 31 Jan 2015, and a not-to-exceed six months extension under FAR 52.217-8. CONTRACTOR MUST BE A DOD APPROVED AIR CARRIER PRIOR TO CONTRACT AWARD. The Contractor must satisfy Department of Defense (DoD) quality and safety requirements as described in 32 Code of Federal Regulation (CFR) Part 861. All aircraft utilized must be licensed, operated, and maintained in accordance with all applicable rules and regulation of the FAA and Department of Transportation (DoT), giving particular attention to the responsibility of the air carrier to perform air transportation with the highest degree of safety. Aircraft performing missions under this contract shall not be considered public aircraft. 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. All responsible sources may submit a proposal, which shall be considered by the agency. See Note 1. Please email any questions to POC listed below. CONTRACTING OFFICE ADDRESS USTRANSCOM/TCAQ-R-D 508 Scott Drive Scott AFB, IL 62225-5357 POC: Rachel Harris, rachel.harris@ustranscom.mil, Phone 6182566678 Fax 6182566419
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-09-R-0026/listing.html)
 
Place of Performance
Address: Fort Campbell KY, United States
 
Record
SN01863520-W 20090703/090702002949-4b2346646296fedd80751f2e6900f60b (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.