Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2005 FBO #1272
SOLICITATION NOTICE

V -- ROTARY WING EXECUTIVE AIR TRANSPORTATION SERVICES

Notice Date
5/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, HQ AMC/A34Y Contract Airlift, 402 Scott Drive Unit 3A1, Scott AFB, IL, 62225-5302
 
ZIP Code
62225-5302
 
Solicitation Number
FA4428-05-R-0016
 
Point of Contact
Jere Gainey, Contract Specialist, Phone (618) 229-2483, Fax (618) 256-2804,
 
E-Mail Address
jere.gainey@scott.af.mil
 
Description
Rotary wing executive air transportation services for transport of 10 – 12 passengers with a seating arrangement to accommodate four VIPs and six to eight executives, and a second helicopter for 6 – 8 passengers with a seating arrangement to accommodate four (4) VIPs and two to four executives, carrying not more than 25 pounds of baggage per passenger, to and from airfields within a 350 mile radius of Hampton Roads, VA. Helicopter service may be periodically required to fly aboard large deck amphibious ships and aircraft carriers off the coasts of Maryland, Virginia, and North Carolina. Aircraft must meet FAR 135 standards. The aircraft shall be capable of operating with JP-5 fuel. The aircraft shall be capable of providing all electrical power without external power, and ground restart without external electrical power. The aircraft shall be capable of being fully secured (tied down) while on the homeport flight line and ship, have a means to determine flight time, have a Global Positioning System (GPS), provide a minimum of two electrical 110vac supply outlets with two plug receptacles located in the vicinity of VIP seats to enable the operation of laptop computers, and have a non loud-speaker communication system integrated into the aircraft as part of the intercommunication system (ICS). The aircraft shall also have a Radar Altimeter (RADALT) with associated audio and visual alarms for height over ground, an Enhanced Ground Proximity System (EGPWS), Terminal Collision Avoidance System (TCAS), weather radar capability, and an Underwater Acoustic Beacon is required, as well as an emergency egress plan in accordance with Federal Aviation Agency Standards. The contractor shall provide a means for providing hot and cold drinks. SATCOM capability is required, which will have the capability to handle a STU III encryption device provided by the Navy. The helicopter shall be capable of safely taking off and landing at thirty-four (34) degrees Centigrade outside ambient temperature at sea level. The contractor shall be required to conduct day and night flight operations under Visual Meteorological Conditions (VMC) or Instrument Meteorological Conditions (IMC). Aircraft shall be capable of Instrument Flight Rules (IFR) to include flight time to a divert field. The four VIP aircraft seats in the aircraft will have capability to control lighting from each seat location, and provide a lap table for each occupant to conduct work. The dedicated aircraft will be based at Chambers Field, Naval Base Norfolk. Services shall be provided Monday through Friday, with a 24-hour prior notice to fly on the weekend and holidays, as required by the Commander Fleet Forces Command (CFFC). Scheduled flights will be Monday, Wednesday, and Friday, with the exception of Government holidays. Services shall be available 24 hours per day, seven days per week, 365 days per year. Services may be required on Tuesdays and Thursdays. Weekend and holiday services will be scheduled 24 hours prior to commencement of event. The contractor will ensure aircraft is available to perform an unscheduled mission within four hours after notification is provided. The offeror must possess, or acquire prior to award of a contract, a Secret facility clearance. Contract period will be from date of award through 30 September 2006, and two one-year option periods, and a not-to-exceed six months extension under FAR 52.217-8. The monthly fee for dedicated air transportation at Norfolk NAS, VA is the minimum guarantee. Flying hours are estimated at 850 hours per year. The solicitation response date will be on or about 22 June 2005. The solicitation will only be available from the following website: www.eps.gov. Offer will not be considered unless the offeror is an air taxi operator within the meaning of the Federal Aviation Act of 1958 (19 USC 1301) as amended. To be awarded a contract under this solicitation, prospective offerors must satisfy all DOD Commercial Air Carrier Quality and Safety Requirements as described in 32 CFR, Part 861.3, and the DOD Additional Standards for Contract Passenger Operations under FAR Parts 29 and 135. These requirements exceed the FAA Part 135 standards in several areas. For additional information, contact HQ AMC/A34B at (618) 229-4801, or go to website: http://public.amc.af.mil/business/a34b/default.aspx. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive a contract award. If you are not registered, you may request an application via 888-227-2423 or go to website: http://www.ccr.gov. Small business links are as follows: The AMC public information website and the AMC Small Business Specialist (http://public.amc.af.mil/index.html), USAF Small Business Specialist (http://www.selltoairforce.org), and Small Business Administration (http://www.sba.gov). All responsible sources may submit a proposal, which shall be considered by the agency. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/HQAMCDOY/FA4428-05-R-0016/listing.html)
 
Place of Performance
Address: TO/FROM AIRFIELDS WITHIN A 350-MILE RADIUS OF HAMPTON ROADS, VA
 
Record
SN00811586-F 20050521/050519214259 (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 |
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.