Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOURCES SOUGHT

17 -- Request for Information Non scheduled Fixed Wing Airlift for DoD personel and cargo in the Central Africa Region.

Notice Date
12/21/2011
 
Notice Type
Sources Sought
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
TCC-Kaiserslautern (PARC Europe, 409th CSB), KO DIRECTORATE OF CONTRACTING, UNIT 23156, APO, AE 09227
 
ZIP Code
09227
 
Solicitation Number
RFI-AFRICOM-FW-AIRLIFT-01
 
Response Due
12/29/2011
 
Archive Date
2/27/2012
 
Point of Contact
Billy B Stewart, 011496314115187
 
E-Mail Address
TCC-Kaiserslautern (PARC Europe, 409th CSB)
(billy.b.stewart@eur.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The intent of this request for information (RFI) is to obtain ROM (Rough Order of Magnitude) for fixed wing air support for Department of Defense (DoD) personnel in the Central African region. Aircraft services will originate from the Central African Region and conduct flights within Uganda, Central Africa Republic, Democratic Republic of Congo, and South Sudan. For purposes of this ROM, please consider the contract vehicle as Firm Fixed Price (FFP). The period of performance shall be a base six months after date of award, with five three month option periods. Price as follows; 1.Base price for 6 months $________________ 2.Price for first 3 months option $________________ 3.Price for second 3 months option $________________ 4.Price for third 3 months option $________________ 5.Price for fourth 3 months option $________________ 6.Price for fifth 3 months option $________________ Total price $________________ There is no solicitation package available at this time. Air Transportation of Department of Defense Employees: The contractor shall comply with all requirements pertaining to air carriers in Department of Defense (DoD) Instruction Number 4500.53, DoD Commercial Air Transportation Quality and Safety Review Program, dated 20 October 2008, incorporating change one, dated 2 December, 2010. In addition, contractor shall comply with all requirements pertaining to 49 U.S.C. 40118, "Fly America Act" The contractor shall provide air transportation using one fixed-wing aircraft for up to 15 personnel with equipment or cargo weighing not more than 4000 pounds or a combination of personnel and cargo not to exceed 4,000 pounds. Dedicated aircraft are required. Aircraft must be capable of taking-off and landing on prepared and unimproved surfaced runways as short as 2625 feet. No more than 12 flying hours will be flown on any given day and no more than 240 flying hours will be executed during the course of 1 month. Aircraft must be Instrument Flight Rules (IFR) capable with Traffic Collision, Avoidance System (TCAS), two (2) Very High Frequency (VHF) radios, Global Positioning Satellite (GPS) navigation equipment and weather detection capable radar. The contractor shall provide all personnel, equipment, supplies, transportation, tools, parts/materials, supervision, DBA insurance, mobilization/demobilization costs, overhead, and maintenance. Contractor is also responsible for all fuel expenses, landing/hanger/parking fees, servicing fees, per diem, and all other items necessary to operate fixed-wing airlift aircraft. The contractor shall be required to coordinate all necessary flight plans and country clearance requests in accordance with host nation regulations. *A draft Performance Work Statement (PWS) has been included with more details on this procurement. This PWS is a draft version only and may not reflect the entire scope of this requirement. For the requirements above, request all interested parties respond with the following: Provide fixed-wing aircraft type meeting capacity requirements that are currently available. Have you ever conducted operations in the AOR? If, so provide a brief description of those services. This is only an RFI and proposals are not requested. Currently, a solicitation does not exist at this time. This RFI does not constitute an Invitation for Bid, Request for Proposal or a Request for Quotation and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. Responses to this RFI are requested by 29 December 2011, 1700 hours (Eastern Standard Time). If proprietary data is submitted please mark it clearly. Further action on this anticipated requirement will be determined following review of the responses to this RFI. All comments should be addressed to Billy Stewart, Contract Specialist Commercial: +49-631-411-5187, DSN 314-483-5187, email: billy.b.stewart.civ@mail.mil, Jan Christensen, Contract Officer, Commercial: +49-631-411-5189, DSN 314-483-5189, email: jan.k.christensen.civ@mail.mil and Attila Kovacs, Contract Officer, +49-631-411-5186, DSN 314-483-5186 email: attila.z.kovacs.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6e7718486d151e11c6a3bf746ea72568)
 
Place of Performance
Address: TCC-Kaiserslautern (PARC Europe, 409th CSB) KO DIRECTORATE OF CONTRACTING, UNIT 23156 APO AE
Zip Code: 09227
 
Record
SN02644017-W 20111223/111221235226-6e7718486d151e11c6a3bf746ea72568 (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 |
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.