Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOURCES SOUGHT

V -- Flight Planning and Ground Handling Services

Notice Date
8/12/2009
 
Notice Type
Sources Sought
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 9th Floor, CS3, Procurement Office, FSD, Washington, District of Columbia, 20530-1000, United States
 
ZIP Code
20530-1000
 
Solicitation Number
DJMS-09-Q-0068
 
Point of Contact
Curtris B. Davis, Phone: 202-353-9118, Arlene Dee Carlson, Phone: 202-353-8348
 
E-Mail Address
curtis.davis2@usdoj.gov, arlene.carlson@usdoj.gov
(curtis.davis2@usdoj.gov, arlene.carlson@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SOURCES SOUGHT/SYNOPSIS This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The United States Marshals Service (USMS), on behalf of the Justice Prisoner & Alien Transportation System (JPATS), intends to procure Flight Planning and Ground Handling Services under full and open competition procedures. The period of performance is a base period of 10 months (19 October 2009 through 30 September 2010) with one option year (01 October 2010 through 30 September 2011). The objective is to support the JPATS primary mission to transport federal detainees, prisoners, and deportable aliens, in a cost-effective manner without sacrificing the safety of the public, federal employees, or those in custody. Small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern under NAICS code 488119 with a size standard of $7.0M are encouraged to submit their capability packages outlining their experience in Flight Planning and Ground Handling Services in the following key areas or tasks. 1.) Ability to provide PC based interface to flight planning and weather reporting system; technical support for flight planning assistance and operational assistance; IT support for system technical issues; worldwide administrative and operational support services, and ground handling support. These services must be available daily on a 24 hour basis. 2.) Ability to support short notice International flights. 3.) Ability to provide unlimited access to worldwide current and forecasted weather, temperature, and winds for all altitudes in both graphic and text formats. 4.) Ability to provide at start-up and throughout the contract term, on-site user training which may be required and requested by the government. The contractor may be requested to provide instructors, course materials (syllabus, supplies, books, etc.), and training timelines for this purpose. The contractor shall provide User Training as an O&A on an as needed basis for educational purposes. The contractor shall have the capability to provide the User Training within two weeks of the funding being placed on the contract. 5.) Ability to store and access an unlimited number of flight plans and routes. 6.) Ability to directly purchase fuel of behalf of JPATS aircraft. 7.) Ability to provide immediate accessibility to services electronically or by phone. 8.) Ability to provide performance models customized for each aircraft type listed with the capability to bias for those aircraft’s performance variances. 9.) Ability to provide flight planning support, operational support and technical support 24 hours a day, 7 days a week, with an immediate response time. 10.) Ability to provide a monthly summary of services utilized through the Internet, Support services, or Call orders for worldwide support. The summary shall identify the services as related to the registration number of the aircraft and or trip number. 11.) Ability to provide an internet-based flight planning system protected by a Hypertext Transfer Protocol over Secure Socket Layer (HTTPS) with password encryption and some form of authentication at minimum. The contractor shall have the ability, if requested, to restrict access and / or modification by JPATS personnel to specific areas of the flight planning system, which include, but are not limited to aircraft specific data bases, stored routes and aircraft performance parameters. 12.) The contractor shall provide and / or arrange for Ground Handling Support Services which include, but are not limited to facilitating fuel purchase by the Government, directly purchasing aircraft fuel on behalf of the Government, securing aircraft parking and hanger accommodations, aircraft support arrangements for lavatory service, ground electrical power units, pneumatic start units, conditioned air units, interior cleaning, baggage handling, overnight crew transportation and accommodations, aircraft security, and any required local or country permits and clearances at worldwide locations. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 10:00 am EST, 21 August 2009, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date, or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. 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. Interested small business capability packages must be submitted by email to the POC identified below not later than 10:00 am EST, 21 August 2009. Contractors are responsible for all costs for submitting their capability packages. No requests for information, requests for clarification or questions concerning this notice will be provided in response to telephone calls. Formal communications such as requests for clarification and/or information or questions concerning this notice should be submitted via email to the POC. POC is Mr. Curtis Davis, Contracting Officer, e-mail: curtis.davis2@usdoj.gov. No other synopsis will be posted for this requirement. A written Request for Proposal (RFP) will be issued electronically on or about 08 September 2009. No hard copies of the RFP will be issued, and all amendments will be posted and must be retrieved from this website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/JPATS/DJMS-09-Q-0068/listing.html)
 
Record
SN01909695-W 20090814/090813001800-a4404f9cd357bc80de4a50391a11b407 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.