SOURCES SOUGHT
V -- Short Take-Off and Landing (STOL) and Low Cost Low Altitude (LCLA) Aerial Delivery Services - Afghanistan
- Notice Date
- 7/29/2011
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1JSTOLLCLA
- Response Due
- 8/7/2011
- Archive Date
- 10/6/2011
- Point of Contact
- Justin Lockett, 309-782-1051
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(justin.lockett@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is a Sources Sought Notice being used to conduct market research. The U.S. Government is seeking vendors with the capability of providing Short Take-Off and Landing (STOL) and Low Cost and Low Altitude (LCLA) Aerial Delivery Services in Afghanistan. The requirement includes, but is not limited to, one fixed-wing aircraft and the personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger, cargo, passenger and cargo combination (COMBI), and LCLA airdrop operations based on STOL air transportation services between locations in the Area of Responsibility (AOR) of Afghanistan. The contractor shall provide all direct labor, transportation, supervision, training, fixed wing aircraft, administrative support for conducting air operations and all other items and services necessary to perform Air Support Services (parachute operations) for Government directed aerial delivery missions. LCLA airdrop operations will be performed from a minimum altitude of 150 feet above ground level and in accordance with Federal Aviation Regulation (FAR) 135; therefore, interested parties must currently possess a Federal Aviation Administration (FAA) approved certificate authorizing a FAR 135 minimum altitude deviation in order to conduct LCLA operations in Afghanistan. Under schedule 599-4 Air Charter Services - Owner Operated contractors must be DoD approved in accordance with (IAW) DoD Instruction 4500.53. Under schedule 599-5 Air Charter Services - Broker contractors must obtain services from DoD approved contractor IAW DoD Instruction 4500.53. The contractor must currently be an approved DoD air carrier as determined by the Civil Airlift Review Board (CARB) in order to perform within the timeframe required for this effort. The Government requests that interested parties respond to this notice by providing the companies capabilities of meeting the FAR and DoDI requirements and a 15 Sep 2011 performance date. Capability statement shall include the following: company name, point of contact, address, telephone and fax numbers, e-mail addresses, brief description of company and its capabilities, FAA approved certificate authorizing a deviation from minimum altitudes, proof of DoDI CARB certification, key personnel qualifications, experience areas, history, duns number, cage code, tax id number, as well as size category and socioeconomic status. No solicitation will be issued at this time. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the U.S. Government. The U.S. Government will in no way be bound to this information if any solicitation is issued as a result of this Sources Sought. Notice to Contractors: All contractors who provide goods or services to the Department of Defense (DOD) must be registered in the Central Contractor's Register (CCR). To register in the CCR go to http://www.ccr.gov/. If you should have any questions, concerns and/or comments please contact Justin Lockett at justin.e.lockett2.civ@mail.mil. If you decide to provide the information requested above in response to this Sources Sought it shall be provided by email to Justin Lockett at justin.e.lockett2.civ@mail.mil and must be received by 3:30 PM CT 7 August 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/282f0b8f9a86d74fd97dc4ab364f7473)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-RA, Justin Lockett Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN02515193-W 20110731/110729234819-282f0b8f9a86d74fd97dc4ab364f7473 (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 |