Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
MODIFICATION

99 -- COUNTER NARCO-TERRORISM PROGRAM OFFICE (CNTPO)

Notice Date
2/13/2013
 
Notice Type
Modification/Amendment
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-TORP0220
 
Response Due
2/18/2013
 
Archive Date
4/14/2013
 
Point of Contact
Todd Floyd, 256-955-5873
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(justin.t.floyd@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Contracting Command-Redstone, U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (ACC-R/USASMDC/ARSTRAT), Contracting and Acquisition Management Office (CAMO), in support of the Department of Defense (DoD), Air Combat Command Acquisition Management and Integration Center/Counter Narco-Terrorism & Global Threats, (ACC AMIC-DRT), and the Office of the Deputy Assistant Secretary of Defense for Counternarcotics and Global Threats (DASD-CN greater than ), is seeking potential sources with the capabilities to provide both fixed wing and rotary wing airlift support throughout Afghanistan. Contractor shall identify and provide an appropriate mix of one (1) fixed wing (FW) and one (1) rotary wing (RW) Contractor Owned, Contractor Operated (CO/CO) aircraft. Support shall include transportation of personnel and associated gear or cargo. The historical average mix of hours is 20 FW and 45 RW per month; and the average number of trips is 6-10 trips per month. The average passenger size movements for the various trips are 3-5 personnel and 10-12 personnel. The average cargo movement for the various trips is 100-350 pounds of quote mark loose loaded quote mark cargo items; the cargo has always accompanied its passengers. The historical mix of passengers includes United States uniformed military personnel, United States Government civilian personnel, and civilian contractor personnel. Landing and takeoffs shall be performed on various surfaces. All aircraft shall be operated and maintained in accordance with the Commercial Airlift Review Board (CARB) Requirements; Title 32 of the Code of Federal Regulations (CFR), Part 861 DoD Commercial Air Transportation Quality and Safety Review Program, and Federal Aviation Administration (FAA) standards or equivalent. The contractor shall also be responsible for coordinating and obtaining all appropriate approvals prior to flights. The USG intends to provide advanced notice with most missions; however, due to the unpredictable nature of missions, aircraft shall operational 24 hours a day for 365 days a year. The contractor shall also be responsible for ensuring the pilots and crew are trained and certified as well as provide all necessary equipment, maintenance and safety gear. The Government contemplates awarding a hybrid contract with a combination of firm fixed price and cost reimbursable travel and fuel line items or a Fixed Price per hour contract resulting from a future solicitation. A Time and Materials contract type may also be considered, however, feedback from industry about the contract strategy approach is recommended. Contract duration will be for a six-month base period and 3 six-month options periods. At a minimum, the aircraft shall be capable of performing flights to and from the following sites: Bagram, Jalalabad, Kunduz, Sheberghan, Herat, Shindand, Showst, Bost, Bastion, Kandahar, Spin Boldak - ABP site / FOB Costell / FOB Blackhawk, FOB Kushamond (refueling only), Lonestar - ABP Site, Zarang, Shir Khan Bandar, Islam Qala, Heritan, FOB Guadez / FOB Lightning, FOB Lilly, FOB Salerno, FOB Fenty, Shouz, Mazar-E-Sharif, Sheberghan - ABP Site, Towra Khout, FOB Bastion, FOB Leatherneck. This requirement will be performed entirely outside the continental United States. Based on market research from 2010, which indicated several qualified small businesses could perform this effort, the Government intends to solicit this acquisition 100% as a small business set-aside. The North American Industry Classification Standard (NAICS) code for this requirement is 481211 Nonscheduled Chartered Passenger Air Transportation. CAPABILITY: To maximize fair opportunity, all firms interested in performing this requirement may reply to this Sources Sought and shall provide the following: (1)Capability Statement (limited to 8 pages in length, singled-spaced, 12 point font minimum) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) small business size status to include subcategory of small business; (c) positive assertion indicating registration in the Department of Defense, Central Contractor Registration CCR) database (http://www.sam.gov); and (d) demonstrate the ability to perform the requirement to include certifications. This statement should specifically describe your firm's ability to provide adequate resources to perform the task. (2)Relevant Experience (limited to 3 pages) in projects of similar size, scope and complexity, citing dollar value (preferably exceeding $5M but not more than $12M), Government or commercial contracts within the last three years, including contract number, type of contract (i.e. FFP, CPFF, T&M), indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, a brief description of how the contract referenced is relevant to the aforementioned requirements, timeframe for service provided, contracting activity and lessons learned in terms of most appropriate contracting structure for services required. (3) NAICS code identified is 481211. The contractor shall state its business size status in its response. The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications, will be posted on FedBizOpps (www.fbo.gov). All information related to this procurement will be available on this website through the date of any award. All interested parties capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to Todd Floyd at justin.t.floyd.civ@mail.mil not later than Monday, 18 February 2013 at 1300 CST. Please send your response in PDF or MS Word format. Proprietary processes or data must be clearly marked and documented as such. Submittals furnished will not be returned to sender. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED The decision to solicit for a contract shall be solely the Government's discretion. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-TORP0220/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN CCAM-CAA-AA, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02987383-W 20130215/130213234910-73233d3b8198333100f48c507e808ae9 (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.