MODIFICATION
V -- Fixed Wing Aircraft to move passengers and cargo throughout SOUTHCOM's AOR
- Notice Date
- 10/14/2009
- Notice Type
- Modification/Amendment
- NAICS
- 481112
— Scheduled Freight Air Transportation
- Contracting Office
- Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
- ZIP Code
- 62225
- Solicitation Number
- HTC711-09-R-0003
- Archive Date
- 12/2/2008
- Point of Contact
- Carla S. Diamond, Phone: 618-256-6659, BRITA M DORSEY, Phone: 6182566643
- E-Mail Address
-
carla.diamond@ustranscom.mil, BRITA.DORSEY@USTRANSCOM.MIL
(carla.diamond@ustranscom.mil, BRITA.DORSEY@USTRANSCOM.MIL)
- Small Business Set-Aside
- N/A
- Description
- 14 OCTOBER 2009 The Government intends to solicit written proposals for two Short Take-Off and Landing (STOL) fixed-wing aircraft capable of transporting passengers, cargo and combi movements. The Government requires a commercially contracted airlift capability in order to furnish rapid response logistical support to remote locations throughout the USSOUTHCOM Area of Responsibility (AOR) with some missions operating to, from and within the continential United States (CONUS) accessible primarily via airlift to unimproved airfields with short unpaved surfaces. Both aircraft will be based in Bogata, Columbia. One aircraft must be able to carry 3,000 lbs in any combination for a 300 Great Circle Statue Mile (GCSM) stage length non-stop, transport cargo as large as 96” x 36” x 36” with a gross weight of 300 lbs, operate into 3,000 ft semi-prepared airstrips, and be capable of transporting up to fourteen (14) passengers and personal baggage. The second aircraft must be capable of transporting up to seven (7) passengers and personal baggage per mission, be capable of taking-off and landing on prepared surfaced runways as short as 4,000 ft, transit mountainous regions as high as 23,000 ft Mean Sea Level (MSL), operate into airfields as high as 13,300 ft MSL, and carry a minimum useful load of 3,000 lbs in any combination for a 400 GCSM stage length non-stop. Aircraft must be configured to meet FAA Class II Navigation standards, able to fly under Instrument Meteorological Conditions (IMC) (Instrument Flight Rules (IFR) equipped), multi-engine, and turbine powered. Aircraft must be configured with the appropriate communication and navigational equipment in order to comply with FAA/ICAO regulations and AP/1 reporting requirements. Aircraft must possess and use a real-time satellite-based flight tracking system capable of being monitored by the Government user. To be eligible for award, the offeror must possess an air carrier operating certificate issued by the FAA under Federal Aviation Regulation part 135. Prospective offerors must satisfy all DOD Commercial Air Carrier Quality and Safety Requirements as described in 32 CFR, Part 861.3. These requirements exceed the FAA standards in several areas. 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. The solicitation for this acquisition will posted on the FedBizOps website at http://www.fbo.gov. This will be a competitive procurement. Contract will be awarded for a one-year base period with two one-year options. Award will be based on the evaluation of the base and option year prices. Anticipated issuance date is on or about 2 Nov 09. No hardcopies of this solicitation will be issued. All responsible sources may submit a proposal which shall be considered by the agency. All comments should be addressed to Carla Diamond, Contracting Officer, Phone (618) 256-6659, fax (618) 256-6419, E-mail: carla.diamond@ustranscom.mil. The alternate is Pamela Hall, Contracting Officer, Phone (618) 256-6646, E-mail: pamela.hall@ustranscom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-09-R-0003/listing.html)
- Place of Performance
- Address: USSOUTHCOM AOR, United States
- Record
- SN01985422-W 20091016/091014235224-8db6e018ec6405e3eac6fd3b033399e4 (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 |