Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
MODIFICATION

V -- IGF::OT::IGF

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Interior Business Center, AQD Division 4/ Branch 2 7301 West Mansfield Ave D2940 Denver CO 80235
 
ZIP Code
80235
 
Solicitation Number
D17PS00935
 
Response Due
9/28/2017
 
Archive Date
10/13/2017
 
Point of Contact
Hughes, Amber
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE only. THERE IS NO SOLICITATION AT THIS TIME. Responses to this notice will be used for market research information and planning purposes only. This notice does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. The Department of Interior, Interior Business Center, Acquisition Services Directorate on behalf of the Naval Sea Systems Command (NAVSEA) Program Executive Office (PEO) for Integrated Warfare Systems (IWS), has a requirement for contractor provided commercial aviation support services as detailed below. Requirement: Commercial Rotary Wing (RW) Aviation Support Services Product Service Code: V121 - Transportation, Travel and Relocation Services, Air Charter for Things; NAICS Code: 481219 ¿ Other Nonscheduled Air Transportation, Aircraft Charter Services. This requirement is for year round, exclusive use and on-call flight services supporting testing of Navy ship weapon systems for the Department of the Navy ¿s Test and Evaluation Program Office. The minimum requirement will include utilization of a fully-functional, exclusive use medium lift helicopter equipped to meet specifications, operated and maintained by qualified personnel but may also include an additional medium lift helicopter and/or a single-engine light lift helicopter to be on contract for on-call availability. The principal service provided by the contractor will be to fly its aircraft transporting personnel between ship and shore and the recovery of exercise lightweight torpedoes and target drones during the conduct of Navy or Navy-sponsored (i.e. another agency, military department, or foreign government) testing of ship-based or ground-based systems. The carriage and operation of Government-furnished equipment during recovery missions is an important mission activity. Other important mission activities include performing tracking support missions by flying aircraft profiles for radar calibration and training and airborne testing of shipboard equipment. The Contractor must possess either an Operating Certificate or Air Carrier Certificate issued by the Federal Aviation Administration (FAA) under 14 CFR Part 121 or 135. The Contractor must maintain a Standard Airworthiness Certificate issued under 14 CFR 21.183 and a Restricted Airworthiness Certificate issued under 14 CFR 21.25 and 21.185. The Contractor must maintain a Rotorcraft External Load Operations Certificate issued under 14 CFR Part 133, which, at a minimum, authorizes Class A, B and D loads. All equipment must be FAA approved. The Contractor aircraft must successfully pass Naval Air Systems Command (NAVAIR) Certification conducted by personnel from the Navy ¿s Airworthiness Office, NAVAIR. The Contractor must maintain satisfactory Air Mobility Command certification for carrying Government passengers/cargo during the contract period, including option years. MINIMUM REQUIREMENTS: Sample Aircraft Requirement (Multi-Engine medium lift): Seating: Nine passenger seats not including pilot or copilot seat. Aircraft will be limited to nine passengers or less. Power plant(s): Twin turbine engine powered. Configuration: Aircraft must meet Department of the Navy OPNAVINST 3100.8 Series (available at http://neds.nebt.daps.mil/Directives/3100_8.pdf). This instruction allows only certain civil helicopters that have military equivalent to land aboard U.S. Navy vessels. Speed/Endurance: Minimum 125 knots VNE at 1,000 feet altitude and 40 degrees C. Performance: Range of 330 nautical miles at sea level without the use of an auxiliary fuel kit Payload: Payload (HIGE) of 2,500 pounds at 40 degrees C at 500 feet pressure altitude and payload (HOGE) of 1,800 pounds, determined by using a pilot weight of 200 lb. and fuel for one hour and 30 minutes and appropriate Hover Ceiling Charts. (Hovering with wind from any direction up to maximum demonstrated shall be used for computing payloads.) Special Requirements: Skid configured preferable but not mandatory. Personnel hoist certified for 14 CFR Part 133 Class D missions is required. Crew Requirements: One (1) qualified Pilot-in-Command (PIC) per the aircraft and one (1) qualified Aircraft Mechanic per offered model of aircraft. Note: Bell model 412EP should typically fulfill the requirements and was utilized under previous contract. Sample Aircraft Requirement (Single-Engine light lift): Seating: Six passenger seats not including pilot seat. Aircraft will be limited to eight passengers or less. Power plant(s): Single turbine engine powered. Configuration: Aircraft must meet Department of the Navy OPNAVINST 3100.8 Series (available at http://neds.nebt.daps.mil/Directives/3100_8.pdf). This instruction allows only certain civil helicopters that have military equivalent to land aboard U.S. Navy vessels. The requirements of this Instruction have been incorporated in Section B. Speed/Endurance: Minimum 133 knots VNE at 1,000 feet altitude and 40 degrees C. Performance: Range of 330 nautical miles at sea level. Payload: Payload (HIGE) of 1,290 pounds at 40 degrees C at 500 feet pressure altitude and payload (HOGE) of 1,290 pounds, determined by using a pilot weight of 200 lb. and fuel for one hour and 30 minutes and appropriate Hover Ceiling Charts. (Hovering with wind from any direction up to maximum demonstrated shall be used for computing payloads.) Special Requirements: Skid configured preferable but not mandatory. Crew Requirements: One (1) qualified Pilot-in-Command (PIC) per the aircraft and one (1) qualified Aircraft Mechanic per offered model of aircraft. Note: Bell model 407 should typically fulfill the requirements and was utilized under previous contract. Other general requirements: A U.S. SECRET security clearance is required for all contractor personnel working under this contract. The Government will evaluate market information to ascertain potential market capacity to: 1. Provide services consistent in scope and scale with those distributed in this notice and otherwise anticipated; 2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3. Implement a successful project management that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4. Provide services under a performance based service acquisition contract. Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice no later than Wednesday, September 28, 2017 at 10:00 a.m. MST. At a minimum, please provide the following information (NTE 5 pages total): 1. Organization name 2. Address 3. Email address 4. Web site address 5. Telephone number 6. Size and type of ownership for the organization 7. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All responses to this Sources Sought Notice shall be emailed to Amber Hughes at amber_hughes@ibc.doi.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/abaf7a3ee69294feab96d28d4fbb0bb0)
 
Record
SN04680515-W 20170917/170915231959-abaf7a3ee69294feab96d28d4fbb0bb0 (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.