Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOURCES SOUGHT

V -- Rotary Wing and/or Fixed Wing Support Services

Notice Date
4/19/2011
 
Notice Type
Sources Sought
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
USACE District, Kandahar, 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR, APO AE, AF 09355
 
ZIP Code
09355
 
Solicitation Number
W5J9LE-11-SS-0004
 
Response Due
5/31/2011
 
Archive Date
7/30/2011
 
Point of Contact
hshatto, 540-667-5697
 
E-Mail Address
USACE District, Kandahar
(harry.w.shatto@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is a Request for Information, RFI only. The United States Army Corps of Engineers, Afghanistan Engineer District South, USACE-AES is seeking preliminary marketing information from capable and reliable sources. The proposed requirement is to obtain either a combined Rotary Wing/Fixed Wing, Aircraft Support Services or only a single Rotary Wing Support Services for the USACE - AES. The Contractor providing such support services would provide aircrafts and associated services to support USACE - AES missions in Southern Afghanistan. The Contractor would provide aircraft that would be available to operate out of Kandahar Air Field KAF, Afghanistan within 24 hours of notification. The aircrafts must be capable of flying a minimum of 90 hours monthly with a minimum of six 6 passengers per flight. The contractor shall provide the following: a flight crew, ground crew, aircraft bed-down space on Kandahar Airfield, security personnel, all maintenance personnel, fuel, an operations center, air scheduler, operations manager, internal ground transportation, ability to badge personnel all maintenance parts and other required logistics, and lodging/life support for aircraft and support personnel located at KAF. The contractor must have Commercial Airlift Review Board,CARB certification from the United States Transportation Command, USTRANSCOM in accordance with DoD Instruction 4500.53, dated 2 December 2010. This effort is classified through the North American Industry Classification System, NAICS under 481211, Non Scheduled Charter Passenger Air Transportation. Respondents are asked to provide a Statement of Capabilities and also, responses to each of the questions below. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a contract procurement action will be issued. However, the USACE AES will utilize the information for technical and acquisition planning. All data received in response to this Request For Information, RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. It is not the intent of USACE - AES to reimburse providers for the cost of submitting information in response to this RFI. The Government will not return pictures, documents, graphs and or other requested information. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement. No solicitation exists; therefore, do not request a copy of a solicitation. Questions may be directed to: TAS.Contracting@usace.army.mil, phone calls and fax transmittals will not be accepted. Interested offerors must address the requirements of this RFI in a written form as described in the previous paragraphs by electronic mail to: TAS.Contracting@usace.army.mil, no later than 5:00 PM Kandahar, Afghanistan local time on 3 May 2011. Respondents must demonstrate knowledge and expertise providing the services identified above in an OCONUS, Outside the Continental United States theater. Responses must reference the request for information, and contain the respondents commercial and government entity (CAGE) code, if available. Please reference each response with the question numbers as follows: 1) Company name, company mailing address, point of contact, telephone number, e-mail address, Commercial and Government Entity,CAGE Code, and size of your organization i.e. Large Business, Small Business using as the basis for your response. 2) Provide a limited discussion of how your firm could provide qualified pilots that are fluent in English and meet air certifications to operate rotary wing and/or fixed wing aircrafts within Afghanistan. 3) Could your firm provide rotary wing and/or fixed wing aircraft capable of carrying a minimum of six, 6 passengers. Aircraft provided must be able to handle a target payload capacity of 6,000 lbs. This load capacity would include the weight of the passengers, pilots, cargo, medical gear, security gear, and fuel. Not included in the required load capacity calculations are the standard aircraft equipment such as wheels, seats, fuel tanks, standard safety equipment i.e. fire extinguishers, and other permanent features of the aircraft. 4) Provide a limited discussion of how your firm could provide a rotary wing and/or fixed wing aircraft certified as air worthy by trained and certified mechanics for each specific aircraft utilized. The Contractor should provide a copy of air operations certificates for each rotary wing and/or fixed wing for all aircrafts described in the RFI. 5) Provide a limited discussion as to how your firm could provide preventive maintenance service schedules for each aircraft that conforms to manufacturers recommended servicing schedules. 6) Provide a brief discussion and information on can your firm could provide a aircraft outfitted with UHF, VHF and/or HF two-way radios to allow for communication with Coalition Forces ground units. 7) Describe if your firm can provide multiple rotary wing and fixed wing aircrafts in the event that one aircraft is non mission capable; describe if your firm could be fully mission capable within 12 hours if your aircraft goes down for unscheduled maintenance; describe if your firm could have the ability to operate rotary wing and fixed wing support seven, 7 days per week. 8) Provide detailed information on a minimum of two (2) contracts for similar work within the past three (3) years. Include complete references, contract titles, and dollar values, points of contact, email addresses, and telephone numbers. 9) Are there any other factors concerning your company's ability to provide rotary wing and/or fixed wing aircrafts and associated services support throughout Afghanistan? 10) Is your company a foreign-owned/foreign-controlled firm? 11) Number of personnel employed by your firm?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3115c7d8016a1442c399829a92949dd5)
 
Place of Performance
Address: USACE District, Kandahar 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR APO AE AF
Zip Code: 09355
 
Record
SN02428372-W 20110421/110419235213-3115c7d8016a1442c399829a92949dd5 (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.