SOURCES SOUGHT
V -- Rotary Wing Air Transportation for Ft Irwin CA
- Notice Date
- 12/10/2009
- Notice Type
- Sources Sought
- NAICS
- 481211
— Nonscheduled Chartered Passenger 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
- HTC711-10-ZR05
- Point of Contact
- Dorothy H. Delrosario, Phone: 618-256-6674, Marie T. Pendergast, Phone: 618-256-6689
- E-Mail Address
-
Dorothy.Delrosario@ustranscom.mil, marie.pendegast@ustranscom.mil
(Dorothy.Delrosario@ustranscom.mil, marie.pendegast@ustranscom.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI). The United States Transportation Command (USTRANSCOM)/TCAQ-R Scott AFB IL is preparing to acquire FAR Part 133/135 Rotary Wing Air Transportation services. All missions will originate and terminate from various locations within the Ft Irwin CA., Military Reservations Center. Missions will not exceed 200 Great Circle Statue Miles (GCSM) of Ft Irwin, CA. The aircraft must be capable of carrying five passengers plus pilot, internal or external loads of 1,000 pounds of cargo, including occasional Hazardous Cargo. Airlift support is required 7 days a week, 52 weeks a year. An estimated 450 flying hours per year will be needed with missions limited to daylight hours under Visual Flight Rules (VFR) Conditions. USTRANSCOM has not made a final commitment to procure the stated requirement and this RFI should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. This agency is interested in obtaining responses from prospective contractors, but no contractor shall be reimbursed for providing this information. All information provided by the contractor will become property of USTRANSCOM and will not be returned. The primary purpose of the RFI is to seek sources capable of providing rotary wing air transportation to move passengers with baggage, cargo and Hazardous cargo via contractor-furnished aircraft, NAICS 481211; the following are the proposed contract requirements: Aircraft Requirement 1. One flight meter to record flight time. 2. Extended (Height) Skid-Type Landing Gear 3. A remote hook operating switch 4. Barrel Sling or lifters to transport two 55 gallon drums by external load 5. Cargo net 10’ X 10” capable of carrying 1,500 pounds 6. Cargo Sling (tag) line at least 10’ long with swivel attachment, rated at 1500 pounds 7. Certified to transport hazardous materials (HAZMAT). Avionics Equipment 1. Emergency Locator Transmitter that meets TSO-C91 or TSO C91a 2. A uni-directional ELT or Omni directional ELT 3. VHF-AM Aeronautical Transceiver, One 1360 Channel operating in the 116.000 MHz to 149.975 MHz band on 25 kHz increments, and a minimum ten watts carrier power output (AN/ARC-115, AN/ARC-186, or equal). 4. VHF-FM Aeronautical Transceiver. One 920-channel VHF-FM operating at 30.00MHz to 75.95 MHz band on 25 kHz channel increments, transmitter deviation of +/- 8.0 kHz, with a minimum of 10 watts carrier power output (AN/ARC-114 or equal). Navigational Systems Equipment 1. One VHF aeronautical navigation VOR/LOC receiver with indicator, minimum 100 navigation receiver channels. Audio Control Systems Equipment 1. One audio control system for the pilot and the observer, which provide control, selection and operation of multiple radio transceivers, with 600 ohm earphones and carbon equivalent. 2. All earphone/microphone jacks in the aircraft, except the pilot’s, have to accept the U-75/U plugs 3. The audio control systems need to accept the radios and systems, VHF-AM Aeronautical Radio (VHF-1) and VHF-FM Aeronautical Radio (FM-1) 4. Separate Push to Talk (PTT) switches shall be provided for radio transmitter operation and intercom operation at the pilot and observer positions. The passenger positions will have a PTT switch for intercom operation located on the cord to the earphone/microphone connector. 5. A transmitter selection switch shall be provided for the microphone/PTT of the pilot and observer. When a transmitter is selected, the companion receiver audio shall automatically be selected for the associated earphone in use. 6. Selector switches shall be provided for the pilot and observer earphones to permit selecting receiver audio from one or combination of all receivers. The passenger positions shall monitor the receiver(s) as selected by the observer. Performance specifications for receiver audio to all earphone connectors are as follows: Audio Output: With an input of 10 mW (600 ohms) from any selected receiver, the audio output shall be capable of 100 mW (600 ohms) with less than 10% distortion. Hum and Noise: 40 dB below specified audio output (100 mW). Crosstalk: 40 dB below specified audio output (100 Mw). NOTE: The audio input is an adjustable output from any of the selected receivers. This is typically an adjustment of the radio volume control, which can range from 0 to 100 mW (600 ohms). 7. An intercom system shall be provided to serve the pilot, observer, and passenger positions at each aft cabin exit. Intercom audio shall mix with, but not mute, selected receiver audio (override type). Adjustment of any station’s intercom audio level shall not affect the level at any other station. An intercom audio level control shall be provided on the pilot and observer audio control panel(s) and at each passenger position for adjusting the individual earphone audio to a comfortable listening level. Microphone operation on the intercom system shall be via PTT switches. A “hot-mike” capability shall be provided via an activation switch accessible by the pilot and observer or may be voice actuated (VOX). Side tone audio shall be provided to the earphone connector associated with the microphone in operation. Performance specifications for the intercom system are as follows: Audio Output: With an audio input test tone level of 250mV at 1 kHz, the audio output shall be capable of 100 mW (600 ohms) with less than 10% distortion. Hum and Noise: 40dB below specified audio output (100 mW). Input Audio: As provided by station microphone or test tone input at microphone terminals. The planned period of performance will be 1 Oct 2010 through 30 Sep 2011 with four option year periods. The Government reserves the right not to exercise the option year periods. Please provide the following information and any other information you think might be helpful in the procurement of this air transportation. 1) Describe available rotary wing aircraft and capacity with number of passenger seats and baggage capability for the requirement. 2) What type of Avionics Equipment does the aircraft have? 3) What type of Navigational Systems Equipment does the aircraft have? 4) Does the aircraft have Global Positioning System or Instrument Landing System? If so what type? 5) Is your company certified under FAR Part 133 or 135 as a rotary wing air carrier with a minimum of 5 passenger seats? 6) Does your company have 12-months equivalent service in the type of aircraft proposed? 7) Is your company certified to handle Hazardous Material (HAZMAT)? 8) Is your company a small business? ($25.5M annually/ 1,500 employees) If so what type? (Small Business, HUB Zone SB, SDB, WOSB, Service-Disabled VOSB) 9) What is your DUNS number and CAGE code? 10) What kind of problems are currently being encountered in your company’s segment of the rotary wing airlift industry? 11) What is the normal length of contract in your industry? 12) What are your usual cancellation charges and parameters, if a flight is cancelled by the customer? 13) How is your service usually priced? (Per hour, Per Mile, etc.) 14) What is the estimated price per hour to provide required services, excluding fuel? 15) What type and amount of aviation insurance do you carry? 16) Combined Single Limit Liability? 17) What reimbursable expenses are generally paid by the contractor? 18) What are standard commercial practices if a contractor is late or fails to provide acceptable services? 19) Briefly describe your security policy. 20) What inspection methods are used to insure satisfactory performance? Responses are requested by Friday 08 Jan 10, 4:00 pm Central Standard Time (CST). Faxed copies can be sent to 618-256-6419 or Electronic copies can be submitted to Dorothy.Delrosario@ustranscom.mil. Responses should answer all questions and provide additional details the offeror deems important. The responses should also include the solicitation number; the name of the business, a point of contact, telephone number, fax number and e-mail address. Further action on this anticipated requirement will be determined following review of the responses to this RFI. Contracting Office Address: United States Transportation Command, TCAQ-R, 508 Scott Drive, Scott AFB, IL, 62225-5357 Place of Performance: 200 mile radius of Ft Irwin, CA. Point of Contact(s): Dorothy Delrosario, Contract Specialist, Phone (618) 256-6674, Fax (618) 256-6419, Email dorothy.delrosario@ustranscom.mil Marie Pendergast, Contracting Officer, Phone (618)256-6689, Fax (618) 256-6419, Email marie.pendergast@ustranscom.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-10-ZR05/listing.html)
- Place of Performance
- Address: 200 miles radius of Ft Irwin, CA, Ft Irwin, California, 92310, United States
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN02021673-W 20091212/091210235503-7de0e39162081de492c0bd433eb0986e (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 |