SOLICITATION NOTICE
V -- Aircraft to Support SNS Missions
- Notice Date
- 6/2/2009
- Notice Type
- Presolicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2009-Q-11354
- Point of Contact
- Christine N Godfrey, Phone: 404-639-7496, Vivian S Hubbs, Phone: (770) 488-2647
- E-Mail Address
-
cnp9@cdc.gov, vhubbs@cdc.gov
(cnp9@cdc.gov, vhubbs@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Division Strategic National Stockpile (DSNS) in the Coordinating Office for Terrorism Preparedness and Emergency Response (COTPER) in the Centers for Disease Control and Prevention (CDC), Department of Health and Human Services (DHHS), intends to compete a performance-based services requirement to obtain two, one primary and one surge capacity, chartered aircraft services to transport emergency response personnel and cargo safely, swiftly, and securely to and from locations anywhere in the United States (U.S.) or select International destinations. Although the intent of the contract is for domestic travel, travel to international sites may be required and as such the Contractor is responsible to have all applicable capabilities, licenses, documents, etc. for entry into foreign (non-U.S.) countries. The Contractor must provide one aircraft to support the service of the DSNS mission to deliver critical medical assets to the site of a national emergency. The aircraft shall be based in the Atlanta area and shall be available 24 hours per day, 365 days per year. Respond within 2 hours for both domestic and international missions from an airport the DSNS deems safe and appropriate (in the Atlanta area). Most trips originate from Atlanta; in the event that a trip will not originate from the Atlanta area, the 2-hour response will only apply to the aircraft initial departure from Atlanta. The 2-hour response time means that the aircrew and aircraft must be at the designated departure site and ready to depart within two hours of alert. Surge Capacity - Contractor shall be able to provide one additional aircraft within 8-hours of notification from the Government. This aircraft must meet all the requirements stated in this performance work statement. Contractor must submit a separate invoice when the Government requests this service. Contract aircraft must be based in the 35-mile radius from CDC, 1600 Clifton Road, Atlanta, GA 30329. The aircraft must have dedicated hangar space. Contractor must have a secure airport facility (including hangar) with a gated fence to allow privacy and security during loading and unloading of sensitive cargo and personnel. The facility shall have, as a minimum, a monitored gated area for long term parking of personnel on missions, security cameras with recording and tracking capabilities, keycard or coded entry, controlled access to the facility and provide shielding from unsolicited or unauthorized observation as mission operations are being conducted. Cargo such as vaccines or medications shall be transported when required. The cargo will be packaged by DSNS personnel in compliance with Department of Transportation (DOT), Food and Drug Administration (FDA), and International Air Transport Association (IATA) shipping guidelines. In the event of a flight into areas of possible contamination, the Contractor's flight crew personnel shall receive vaccinations and/or prophylaxis as required. The Contractor shall be responsible to establish or utilize an existing Medical Surveillance Program (MSP) Contractor must hold a current Federal Aviation Administration (FAA) Part 135 Air Carrier Certificate with no limitations to include full world-wide FAA authority with Reduced Vertical Separation Minimum (RVSM) Certification, Minimum Equipment List (MEL) authorization, and 10 or more seats authorization. The Contractor shall operate all contracted aircraft under Part 135 Certifications. Responses by Facsimile (Fax) will not be accepted. All Contractors/prospective Contractors must be registered with the Central Contractors Registration (www.ccr.gov) prior to award date. If not registered or active by that date, Contractor proposals will be considered non-responsive. It is anticipated that a solicitation for this requirement will be posted to FedBizopps on or after 6/15/2009. Inquiries may be sent to the attention of the Contracting Officer: Christine Godfrey, Phone 404-639-7496, email cnp9@cdc.gov. If the Contracting Officer isn't available, please call the Team Leader, Vivian S. Hubbs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2009-Q-11354/listing.html)
- Place of Performance
- Address: Centers for Disease Control and Prevention (CDC), Coordinating Office for Terrorism Preparedness and Emergency Response (COTPER), Division Strategic National Stockpile (DSNS), 1600 Clifton Road, Atlanta, Georgia, 30329, United States
- Zip Code: 30329
- Zip Code: 30329
- Record
- SN01833664-W 20090604/090602235509-53b49c3d7c08d262698c487065f42d5e (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 |