SOURCES SOUGHT
M -- Operation & Maintenance of Government owned Gulfstream G-1159 (G-III/C-20) aircraft and Government owned hanger facility. U.S. Army Corps of Engineers, Vicksburg-Tallulah Reqional Airport.
- Notice Date
- 12/3/2010
- Notice Type
- Sources Sought
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-11-R-0005
- Response Due
- 12/15/2010
- Archive Date
- 2/13/2011
- Point of Contact
- Robert Ellis Screws, 601-631-7527
- E-Mail Address
-
USACE District, Vicksburg
(ellis.screws@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION AVAILABLE AT THIS TIME. For information purposes, a Summary Scope of Work is included as a part of this posting. The solicitation number for this requirement will be W912EE-11-R-0005. Vicksburg Contracting Office solicits Capability Statements from all qualified and interested HubZone, Service Disabled Veteran Owned, 8(a), or small business firms to make appropriate acquisition decisions with regard to set-aside/small business participation performing in a contract to operate, maintain, repair, and inspect one (1) Government owned Gulfstream G-1159 (G-III/C-20)aircraft, Serial No. 383, and one (1) Government owned hangar facility, located at the Vicksburg Tallulah Regional Airport (TVR), Mound, Louisiana. This requirement will be procured using a "Best Value" source selection process, which will result in award of a Firm Fixed-Price contract to the responsive responsible offeror whose proposal, conforming to the solicitation, offers the Best Value to the Government; technical, past performance, and cost factors considered. The Government anticipates awarding a contract for one base year and four option years. The NAICS Code for the proposed acquisition is 481211, Nonscheduled Chartered Passenger Air Transportation, and the small business size standard is 1,500 Employees. Federal Supply Code is M299, Operation of government all other non-bldg facilities. Under FAR guidelines, the prime contractor must have the capability to perform at least 50% of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to determine whether to limit competition to HubZone, Service Disabled Veteran Owned, 8(a), or small business set-asides; or proceed with an unrestricted procurement. The Contractor shall furnish all necessary personnel, materials, supplies, accessories, and equipment, except as otherwise specified, to operate, maintain, repair, and inspect one (1) Government owned Gulfstream G-1159 (G-III/C-20)aircraft, Serial No. 383, one (1) Government owned hangar facility, located at the Vicksburg Tallulah Regional Airport (TVR), Mound, Louisiana. The G III will be operated and maintained in accordance with applicable Federal Aviation Regulations (FAR) for the particular category and class of aircraft and these specifications. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements as indicated in the Scope of Work to submit Capability Statements consisting of appropriate documentation, literature, brochures, and past performance references. Respondents must include references and a capability statement for at least two completed or current projects, for which your firm was the prime contractor (or a major subcontractor) within the last three years of work similar in size, scope and complexity. Each reference shall include contact names, addresses, phone numbers, fax numbers, contract numbers as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of SBA certification for 8(a) and/or HubZone status must also be included. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified in the Scope of Work. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the VCO 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 Government's analysis of capabilities. The Government will use this analysis to determine whether to limit competition among HubZone, Service Disabled Veteran Owned, 8(a), or small business set-asides; or proceed with an unrestricted procurement. Electronic submissions via email will be accepted. Facsimile submissions will not be accepted. Responses to this Sources Sought may be emailed to R. Ellis Screws at Ellis.Screws@usace.army.mil or mailed to U.S. Army Corps of Engineers, Vicksburg Contracting Office, ATTN: R. Ellis Screws, 4155 East Clay Street, Vicksburg, MS, 39183-3435. Responses must be received no later than December 15, 2010 by 4:30 p.m. (CST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-11-R-0005/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02338406-W 20101205/101203234228-e80b675c1446120b0903784f6b693135 (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 |