Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2014 FBO #4732
SOURCES SOUGHT

X -- Blade Hours - Assertion of Commerciality

Notice Date
11/6/2014
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M67854-15-I-1006
 
Archive Date
12/20/2014
 
Point of Contact
Cori L. Walls, Phone: 7034323545, Anita Norris, Phone: 7034325702
 
E-Mail Address
cori.walls@usmc.mil, anita.norris@usmc.mil
(cori.walls@usmc.mil, anita.norris@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Assertion of Commerciality M67854-15-I-1006 REQUEST FOR INFORMATION (RFI) FOR AIRCRAFT BLADE HOURS AND PARACHUTE FACILITY SUPPORT 1. GENERAL INFORMATION. This RFI initiates market research under Federal Acquisition Regulation (FAR) Part 10.002(b) (2) (iii) for aircraft blade hours and parachute facility-related services. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information requested except as an allowable cost under other contracts as provided in FAR Subsection 31.205-18, Bid and proposal costs. Although the term "offeror" is used in this RFI, your response will be treated as information only. This RFI is solely for gathering information and is not a Request for Quotation or a Request for Proposal (RFQ/RFP). No solicitation exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this RFI or the Government's use of submitted information. 2. PURPOSE. Marine Corps Systems Command (MCSC), Infantry Weapons Systems (IWS), Product Manager (PdM) Reconnaissance and Amphibious Raids (RAR), seeks sources and information for aircraft blade hour and parachute and paraloft facility support services to facilitate training and testing of various personnel parachute and aerial deliver systems. These services overall will also allow RAR personnel to maintain jump proficiency and qualifications. RAR will use at least three (3) blade hours per day during its missions. Interested firms must be Air Mobility Command (AMC)/A3B Paratroop Carrier and Federal Aviation Administration (FAA) Part 91 and / or Part 135 Certified, and comply with Department of Defense Instruction (DoDI) 4500.53 (Dec 2010). A basic requirements summary follows. 3. KEY REQUIREMENTS. Aviation Support. Aviation Support should include at least one (1) rear exit style aircraft and at least one (1) twin turbine wing-over side-exit style aircraft as well as pilots with current FAA licenses to operate either or both aircrafts. - Each aircraft should have sufficient door space to accommodate at least one (1) fully equipped combat parachutist and should be equipped with a Global Positioning System (GPS). - The rear exit style aircraft should be prepared to support static line operations. - The requested aircraft should be mission-ready within 14 days of notice from RAR with a backup aircraft available. - Aviation support should be capability of positioning and de-positioning either aircraft type to offsite locations. - Aviation support should be able to repair or replace inoperable aircraft within 24 hours. On occurrences when RAR schedules missions but does not actually execute, no charge is to be made against the contract. (e.g. weather) The aviation support should provide RAR with dedicated aircraft space and drop zone space for each mission. Airspace should be cleared to 15,000ft Mean Sea Level (MSL) and coordinated to 25,000ft MSL. The primary landing zone should be at least 50m x 100m. The government will hold no liability for potential damages due to the nature of operations. When required, shall provide RAR with Type 1, MIL Spec, MIL-PRF-27210H, Aviators Breathing Oxygen for each mission and the ability to charge/recharge required jump bottles and equipment on site. RAR will specify the amount required prior to each exercise. Facilities Support. RAR requires a facility within a 120 mile driving radius of Marine Corps Base, Quantico, VA. During scheduled missions, RAR must have sole use of the facility. The facility must also have a dedicated parachute packing room, a multimedia room, and a secure storage area for mission equipment spanning the duration of each mission. - The packing room must have carpeting or padding and be suitable for packing ten (10) 400 sqft canopies. - The multimedia room must facilitate mission debriefing utilizing electronic media and be capable of serving as a classroom for fifteen (15) people. - The secure storage area must be at least 8'x10', climate controlled, and able to be double locked. RAR will maintain the storage area keys during missions. Personnel Support. RAR requires at least one (1) Site Manager knowledgeable of military and civilian parachuting equipment as well as training and testing airborne operations. The Site Manager will provide overall coordination and additional support, such as refueling, support vehicles, and facility management for each mission. Individual Jump Support. During the service provider's normal operating hours, and a minimum of twelve (12) hours' notice from RAR, RAR should be able to reserve individual jump tickets (i.e. seats) up to the maximum aircraft occupancy on pre-scheduled flights. 4. SUBMISSION REQUEST. Responses should include an estimated price for the requested services and an itemized cost breakdown as appropriate. Please provide information sufficient to fully illustrate pricing, capabilities, specifications, and aircraft availability. Interested firms should submit capabilities, specifications and any other relevant information to MCSC, to include whether the service provider's services are available through General Services Administration (GSA). Responses must include corporate business size and whether the service provider is 8(a) certified, disabled veteran-owned, veteran owned, woman owned, HUB Zone, Native American, or other Small Business Administration approved designations. Submit this information no later than 5 December 2014 to Marine Corps Systems Command, ATTN: Cori Walls and Anita Norris, IWS, PM113, 2200 Lester Street, Quantico, Va. 22134, or cori.walls@usmc.mil and anita.norris@usmc.mil. 5. ADMINISTRATIVE INFORMATION. MCSC will not return submitted information. Subsection 27 of the Office of Procurement Policy Act (Title 41 U.S.C. § 423), as implemented in the FAR, as well as the Freedom of Information Act (Title 5 U.S.C. § 552) protects proprietary information responsive to this RFI from unauthorized disclosure. The sources sought announcement is requested for informational purposes only. This is not a RFP, Invitation for Bid (IFB), RFQ, or an announcement of a solicitation. The submission of this information is for planning purposes only and is not to be construed as a commitment by the Government to procure these services, nor does the Marine Corps intend to award on the basis of this sources sought/market research or otherwise pay for the information requested. The Government will provide additional information and issue additional requests for information at its own discretion. Contracting Office Address: 2200 Lester Street, Quantico, VA 22134 Point of Contact(s): Cori Walls 703-432-3545 email: cori.walls@usmc.mil Anita Norris 703-432-5702 email: anita.norris@usmc.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M67854-15-I-1006/listing.html)
 
Place of Performance
Address: 2200 Lester Street, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN03567904-W 20141108/141106234318-a6035e0723db0ebe1ee5a7c4eee16712 (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.