Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
SOURCES SOUGHT

V -- PROVIDE NATURAL RESOURCES AERIAL SUPPORT SERVICES AT FORT HOOD TEXAS

Notice Date
10/3/2011
 
Notice Type
Sources Sought
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W9115111R0008
 
Response Due
10/14/2011
 
Archive Date
12/13/2011
 
Point of Contact
Mark Ramey, (254) 287-3808
 
E-Mail Address
MICC - Fort Hood
(Mark.Ramey@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is issued for information and planning purposes only. The Government is conducting a survey to determine the availability of capable small business (SB) firms that can perform Natural Resources Aerial Support Services at Fort Hood, Texas. This request for information should not be construed as a commitment or authorization to incur costs in anticipation of any procurement. The summary of the work includes providing management, supervision, personnel, tools, equipment, equipment replacement, repair parts, petroleum, oils, lubricants, fuel, foam (all types of firefighting foam), and any other items and services not government furnished. The operational support flight missions include endangered species management, endangered species habitat management, endangered species habitat protection (to include protection from wildfires), oak wilt management, land management, outlease management, wildlife surveys, wildlife management, aerial mapping, aerial photography, vegetation surveys, wildlife invasive species survey and control, environmental overflights, conservation law enforcement, force protection (contractor will fly a government employee who will assess force protection issues; example - inspecting a perimeter fence), emergency response (fire; aerial observation for a soldier lost in a training area; a soldier on top of a tank in the middle of the stream, etc.), terrestrial inspection and assessment, and surveillance of the training lands and ranges on Fort Hood, Texas. The Contractor shall provide one five-place turbine powered helicopter and one seven-place turbine powered helicopter to support this requirement. The Contractor shall provide assistance with fighting wildland fires that are burning or are threatening to burn endangered species habitat. The Contractor shall also perform as a spotter aircraft in assisting others with wildland fire observations. The five-place helicopter must have the capability of carrying or accommodating one pilot and 4 Government personnel aboard the aircraft. The seven-place helicopter must have the capability of carrying/accommodating one pilot and one observer or co-pilot plus the fire fighting tank(s), mounted on the underside of aircraft, and water. This operational flight support function shall be provided any day of the week during all daylight hours, including holidays. The Contractor will be given a minimum of 24 hour notice for each flight. During emergency situations (primarily wildland fire situations), the Contractor shall stand-by to respond within 20 minutes notice. During stand-by operations, the Contractor shall be available to provide support up to 14 hours per day. The Government will provide as much advance notice as possible (normally 48 hours) prior to the requirement for emergency support. The North American Industry Classification System (NAICS) code applicable to this requirement is 481219 (Other Nonscheduled Air Transportation) and the Small Business Size Standard is $7M. The anticipated period of performance will be for a base period, 1 May 2012 through 30 April 2013, with four one-year options. Interested parties should submit a Statement of Capability indicating qualifications and capability to perform any/all of the services described above. Information should include any relevant past job experience in providing same/similar services; due to the extensive and overarching work requirements described above, crop dusting services alone is not considered qualifying experience. Identify the types of services you have performed, which services you have not performed but have the capability to perform, and how long it would take you to be technically and financially prepared to begin performance. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. Include business size and type (i.e., Small Business, Small Disadvantaged Veteran Owned Small Business, Section 8(a) Small Business, or Large Business) in relation to the size standard for NAICS 481219. No Government contract can be awarded to a vendor who is not actively registered in the Central Contractor Registration (CCR) System. For information regarding registration requirements, you are encouraged to visit http://www.ccr.gov. All information collected in response to this request for information will become property of the U. S. Army and will not be returned. Interested parties capable of performing this requirement should send email to Mark Ramey at mark.ramey@us.army.mil and Cc Susheep Oden at susheep.oden@us.army.mil by 14 October 2011; be sure to include a valid point of contact, mailing address and telephone number that is reachable during business hours.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aec7f676631e2391d5e79a87818944f1)
 
Place of Performance
Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN02600790-W 20111005/111003234705-aec7f676631e2391d5e79a87818944f1 (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.