Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

V -- Fixed Wing Air TransportationTo/From Naval Air Station North Island CA and San Clemente Island CA

Notice Date
1/28/2010
 
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
HTC711-10-R-R009
 
Point of Contact
Dorothy H. Delrosario, Phone: 618-256-6674, Marie T Pendergast, Phone: 618-256-6689
 
E-Mail Address
Dorothy.Delrosario@ustranscom.mil, marie.pendergast@ustranscom.mil
(Dorothy.Delrosario@ustranscom.mil, marie.pendergast@ustranscom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS PROVIDED FOR PLANNING AND INORMATION PURPOSES ONLY. Naval Auxiliary Landing Field (NALF) San Clemente Island CA. has a requirement for Air Transportation services to shuttle passengers and baggage daily between Naval Air Station (NAS) North Island CA and Naval Auxiliary Landing Field (NALF) San Clemente Island CA. Approximately 660 passengers and baggage will be moved weekly. Airlift capability requires moving 130 passengers and baggage in 4.5 hours. For calculation purposes the flight time each way is 30 minutes and ground time at each location is also 30 minutes. The contractor base of operations shall be located at Naval Air Station (NAS) North Island CA. The contractor shall provide air transportation services utilizing aircraft that are Instrument Flight Rules (IFR) equipped multi-engine, and turbine powered. The contractor shall have a current FAA authorization certificate to operate over routes and into the airfields specified under both IFR and Visual Flight Rules (VFR) conditions and rules. All aircraft used to perform services under the contract must be able to communicate using Ultra High Frequency (UHF) radios, must be equipped with TSO-129A Global Positioning System or better and an Instrument Landing System (ILS). The minimum aircraft size is 19 passengers due to space limitations on the ground at NAS North Island CA and NALF San Clemente Island CA. THIS AQUISITION IS A 100% SMALL BUSINESS SET-ASIDE. The NAICS code for this requirement is 481211. Small business size is determined by 1500 or less employees. 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 1March 2010. The Government is contemplating the award of a Firm Fixed Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to a responsible small business offeror whose proposal will offer the best value to the Government. The contract period will be for a base one-year period, four (4) one-year option periods and a possibility of a six month extension These services are scheduled to begin 1 October 2010 or date of award if subsequent thereto, and continue through 30 September 2011. CONTRACTOR MUST BE A DoD APPROVED AIR CARRIER PRIOR TO CONTRACT AWARD. The contractor must satisfy DoD quality and safety requirement as described in 32 Code of Federal Regulation (CFR) Part 861.3 and the DoD additional standards for Contract Passenger Operation 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. 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. The contractor 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. Aircraft performing missions under this contract shall not be considered public aircraft. Central Contractor Registration (CCR) is required to receive any award. All contractors are required to be registered in the Central Contractor Registration (CCR) database. If your company is not registered in the CCR, you may register electronically at http://www.ccr.gov. Online Representations and Certifications Application (ORCA) is also required and Contractors can register at https://orca.bpn.gov. Potential bidders MUST register at FedBizOpps www.fedbizopps.gov in order to receive notifications and/or changes to the solicitation. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. Contracting Office Address: USTRANSCOM/TCAQ-R 508 Scott Drive Scott AFB, IL 62225-5357 Point of Contact: Dorothy Delrosario, Contract Specialist, Phone 618-256-6674, Fax 618-256-6419, Email dorothy.delrosario@ustranscom.mil or Marie Pendergast, Contracting Officer, Phone 618-256-6689, Email marie.pendergast@ustranscom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-10-R-R009/listing.html)
 
Place of Performance
Address: (NZY) Naval Air Station North Island CA and (NUC) San Clemente Island CA, Coronado, California, 92135, United States
Zip Code: 92135
 
Record
SN02051902-W 20100130/100128234949-7ae6132f6dc1c44130ca77afbe3a1b83 (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.