Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2013 FBO #4212
MODIFICATION

V -- This is a Request for Information (RFI) for market research purposes. The government is seeking information from interested parties for cargo and passenger air transportation services throughout the state of Alaska.

Notice Date
6/4/2013
 
Notice Type
Modification/Amendment
 
NAICS
481212 — Nonscheduled Chartered 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
01282013-01
 
Archive Date
2/28/2013
 
Point of Contact
Lisa A. Winka, Phone: 618-220-7116, Neal Newberry, Phone: 6182207104
 
E-Mail Address
lisa.winka@ustranscom.mil, samuel.newberry@ustranscom.mil
(lisa.winka@ustranscom.mil, samuel.newberry@ustranscom.mil)
 
Small Business Set-Aside
N/A
 
Description
4 JUNE 2013 - Questions & Answers have been posted to this solicitation. ____________________________________________________________ SOLICITATON POSTED 21 MAY 2013 PLEASE REFER TO HTC71113RC001 FOR UPDATED INFORMATION ON THIS REQUIREMENT. ______________________________________________________ REQUEST FOR INFORMATION (RFI) for ALASKA AIR CHARTER SERVICES Market research is being conducted to identify industry capabilities involving 2 cargo and 2 passenger air transportation services throughout the state of Alaska via contractor furnished, IFR-equipped, multi-engine aircraft capable of operating to and from 3,500 foot gravel airfields. DESCRIPTION OF CARGO SERVICES Aircraft must provide two permanently installed seats, and be capable of flying to multiple locations. 25k Cargo Service Aircraft must: - be able to accommodate cargo up to 78 inches high; and - have a net cargo airlift capability of at least 25,000 lbs with a range of at least 1,200 Great Circle Statute Mile (GCSM). 40k Cargo Service Aircraft must: - be able to accommodate cargo up to 108 inches high by 120 inches wide; - be 463L pallet capable; - have truck bed height straight loading capacity; - have drive-on/drive-off capability for vehicles up to 30,000 lbs; and - be capable of transporting at least 40,000 lbs of cargo with a range of 1,500 GCSM. DESCRIPTION OF PASSENGER SERVICES Aircraft must be equipped with adequate tie down or restraint systems for baggage, and ensure that the aircraft is fully self-supporting with internal passenger stairs, pressurized cabin and auxiliary power unit (APU) for self-starting. 7 Passenger Service Aircraft must: - be able to transport a minimum of 7 passengers; - have baggage capacity of 980 lbs; and - have a range of at least 1,000 GCSM with 4 passengers and 40 lbs of baggage each. - One-way miles will vary from 193 to 771 miles. 15 Passenger Service Aircraft must: - be capable of transporting a minimum of 15 passengers with hand carried baggage not to exceed 100 lbs and small cargo not to exceed 150 lbs; - have an industry standard lavatory equipped with running water and flushing toilet system; - be capable of flying from JBER, AK to Eareckson AFS, AK in no more than 5 hours with a minimum load of 15 passengers, fuel and baggage; - operate at 19,000 or higher; and - have a maximum allowable cabin load (ACL) of 4,500 lbs. Please provide the following information and any other information you think might be helpful in the acquisition of this air transportation. 1. Type of aircraft with capabilities (speed, range, etc.). 2. Payload of the aircraft (passenger seats, ACL). 3. Please explain how you customarily charge for cargo/passenger missions (i.e. per mile, lbs., hours, per passenger), considering your commercial practices. Please include any reimbursable charges or surcharges. 4. Are you currently a Department of Defense (DoD) approved carrier? Refer to the following website for more information: http://www.amc.af.mil/library/factsheets/factsheet.asp?id=12125 5. What is your business size (large or small)? Please indicate if you are women-owned, minority owned, veteran-owned, an Alaskan Native Corporation, or a participant in the SBA Section 8(a) program. 6. How long has your company been providing this type of service? 7. How much advance notice do you require prior to scheduling a flight? 8. What are your policies/charges for cancelled missions? 9. Describe your liability for loss and/or damage to passenger baggage, personal equipment, and/or cargo. 10. What amounts and types of air carrier insurance coverage do you customarily carry? 11. Does billing begin when you take off en route to a pick-up point, or once you pick up the passengers? 12. How long would it take for you to arrive at the pick-up point, JBER (Joint Base Elmendorf-Richardson)? 13. Do you possess an FAA air operator certificate (Part 135 or 121)? 14. Is there a fee for oversized or excess baggage? 15. Do you have a fuel surcharge? If so, what is it? THIS IS A REQUEST FOR INFORMATION ONLY This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal (RFP) or Request for Quotations (RFQ)) or a promise to issue a solicitation in the future. This RFI does not commit the government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable government regulations. Proprietary information or trade secrets should be clearly identified. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The U.S. Government will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to this RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. RESPONSES Responses to this RFI should be submitted via email to Ms. Lisa Winka at Lisa.Winka@ustranscom.mil or Neal Newberry at Samuel.Newberry@ustranscom.mil no later than noon (CST) Monday, February 4, 2013. Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. The U.S. Government will NOT be responsible for any proprietary information clearly marked. Please include the following in response to this RFI: Company Mailing Address Point of Contact (POC), telephone number, email address
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/01282013-01/listing.html)
 
Place of Performance
Address: Alaska, Alaska, United States
 
Record
SN03079171-W 20130606/130604235802-6558d001b6ea211d34c8881d79e0c35a (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.