Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOURCES SOUGHT

10 -- HELICOPTER PASSENGER WITH HEAVY LIFTING CAPABILITY SERVICES

Notice Date
6/10/2010
 
Notice Type
Sources Sought
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-10-SS-0003
 
Response Due
6/17/2010
 
Archive Date
8/16/2010
 
Point of Contact
Monica D. Walker, 504-862-1707
 
E-Mail Address
USACE District, New Orleans
(monica.d.walker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING BUSINESS SOURCES FOR HELICOPTER PASSENGER WITH HEAVY LIFTING CAPABILITY SERVICES THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-10-SS-0003. The NAICS code for this proposed acquisition is 481211. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized to obtain helicopter passenger with heavy lifting capability services. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified businesses. The requirement is to provide all equipment, personnel, materials, and supplies to conduct helicopter charter with heavy lifting capability services for the U.S. Army Corps of Engineers, New Orleans District or other activities as approved by the U.S. Army Corps of Engineers, New Orleans District. The primary area of service will be the within the New Orleans District area of responsibility throughout southern Louisiana. Occasional flights to destinations other than Southern Louisiana are possible. The following activities shall be accomplished: 1.Contractor will provide helicopter transportation for designated Government personnel or VIPs for the purpose of surveying levees and other areas. 2.The contractor may also be required to make multiple landings at unimproved sites, non-FAA certified facilities as well as flights over water, night flights and possibly flights with landings at other DOD installations. 3.Heavy lift services may also be required. 4.Contractor will arrive at New Orleans District embarkation station within 24 hours of the requirement for a 5 passenger load per aircraft or within 48 hours for more than a 5 passenger load single aircraft requirement. 5.Contractor shall at all times be an Air Mobility Command approved carrier of DOD personnel. 6.Flights will begin at the embarkation point with a generally defined destination, but may include additional destinations as directed by senior official aboard the aircraft. 7.Efforts will require the capture of lessons learned, and, must identify essential remedial actions and mechanisms to ensure their timely implementation by next hurricane season to the extent possible. 8.Multiple missions occurring over several days may be required; therefore the contractors aircrews may be required to remain over night in the vicinity of the embarkation point or destination in a non-flying status. 9.The contractor will provide all passenger safety equipment required by the FAA for the mission type. 10.The contractor will strictly observe all applicable Federal Aviation Regulations at all times. 11.The contractor shall maintain minimum liability insurance as required by the Department of Transportation/FAA Regulations for the appropriate aircraft weight class. A certificate of liability insurance must be submitted. 12.The contractor shall be DOD approved and licensed as required by FAA Regulation. 13.The following link will provide information on the procedures on how to obtain DOD approval. http://www.amc.af.mil/library/businesscustomers.asp All interested companies meeting the Air Mobility Command Master Military Air Transportation Agreement criteria are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone and fax numbers. 2) Identification of the company business size with proper certification, if applicable. 3) Past experience with helicopter passenager with heavy lifting capability services. 4) List of existing teaming agreements in place with other businesses and/or key personnel available to participate in this effort. IMPORTANT: responses must be limited to no more than 10 pages. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Monica.D.Walker@usace.army.mil or faxed to 504-862-2892, Attn: Monica Walker. Responses must be received no later than 2:00pm CST, Thursday, June 17, 2010. NOTE: Contractors must be registered with the Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-10-SS-0003/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN02173689-W 20100612/100610234714-b2ef315fb6ceff81d41790700a4a0bf7 (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.