SOURCES SOUGHT
V -- Lease of Aerospace Assets on a Per-Event Basis
- Notice Date
- 12/17/2004
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
- ZIP Code
- 80916-2749
- Solicitation Number
- W91260-05-R-0001
- Response Due
- 2/18/2005
- Archive Date
- 4/19/2005
- Small Business Set-Aside
- N/A
- Description
- POC Phyllis Poyhonen, Contract Specialist, (719)554-1961, phyllis.poyhonen@smdc-cs.army.mil and Mary Gorman, Contracting Officer (719)554-1960, mary.gorman@smdc-cs.army.mil This is a sources sought synopsis intended to provide market research information for use in developing a solicitation for a follow-on effort for air services for the Big Crow Program Office. Responses to this announcement will be used to identify interes ted qualified sources and airframes available in the market place. Information requested from interested parties is described below. The Big Crow Program Office requires aerospace assets of various types to support Research Development Test and Evaluation (RDT&E) and training missions. Aerospace assets will be acquired on an event basis to support operational, test and evaluation (OT&E ), and training missions such as, but not limited to Electronic Attack (EA) Electronic Protect (EP) and Electronic Support (ES), airborne, ground and maritime threat simulation/emulations, weapon system simulation, threat representative aerial target prese ntations, air, ground, sea interdiction, and other asset services support for OT&E and training programs. These operations may be conducted at multiple continental Untied States (CONUS) sites as well as outside continental United States (OCONUS) sites. T he types and kinds of assets will be determined by a comparison of responses to this synopsis to estimated customer requirements and reflected in the request for proposal (RFP) will also include estimated quantities of flight hours per type of asset, estim ates for reimbursable expenses and auxiliary crew personnel. Categories of aircraft would be tactical attack and/or fighter, commercial business, and other. Examples of tactical attack and fighter aircraft include A-4, F-5, F-16, F-86, F-104, SU-27, MIG 21. Examples of commercial business include Learjet, Gulfstream, Citation, and Falconjet. Other aircraft includes cargo, and lighter-than-air, ultralights, etc, for example, HL-600, C-130. Interested parties should respond by email to the above points of contact. Responses must include the following: List by category the model, condition, including any special features, and quantity of aircraft the respondent can offer. Include actual owner name as well as any limitations for availability, and the current operating location of the assets. Include ai rworthiness certification and certifier if applicable. Summary of companys operations, maintenance, and quality control policies and procedures for aircraft and crew. (i.e. Operations Plan, System Safety Plan, Maintenance Plan, Quality Control Plan, Environmental Plan.) Past performance information - Provide 3-5 references to demonstrate and document the respondents performance on air services contracts (Government or Commercial). Include a description of the services provided, the period of performance, the contract nu mber, the name, phone number, address and e-mail of the contracting officer and technical representative. Specifically identify any services that require(d) security clearances. Verify that your company is registered in the Central Contractor Registratio n (CCR) and provide your cage code number so that we may access your current information. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work and assure the level of safety required by the Government. The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement based on their initial response. The Government currently anticipates a single award to the source who provides the best value by offering the broadest capability of aircraft best suited to the BCPO RDT&E requirements while performing strict quality contr ol procedures to ensure safety and reduce flight risk. The pricing will be firm fixed price per flight hour by aircraft model. The period of performance will be at least three years starting in June 2005, but we are considering award terms up to 10 years . Interested parties may view the previous RFP on or about 15 Nov 04, at http://www.smdc-armyforces.army.mil and click on Doing Business with Us for background information and to recommend changes that would better represent commercial market capabilit y for this requirement. Interested parties are encouraged to provide and recommendations they have for improvement of the RFP. All future communications regarding the RFP will be made through postings to this web site. All interested parties must period ically check the web site for updates.
- Place of Performance
- Address: US Army Space Command ATTN: SMDC-CM-S, Bldg. 3, 350 Vandenberg St. Peterson AFB CO
- Zip Code: 80914
- Country: US
- Zip Code: 80914
- Record
- SN00723231-W 20041219/041217211906 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |