SOLICITATION NOTICE
V -- Rotary Wing Air Transportation Services at Ft. Irwin, CA
- Notice Date
- 11/13/2014
- Notice Type
- Presolicitation
- 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
- HTC711-15-R-R007
- Point of Contact
- Mary P Chapie, Phone: 618-220-7036, David W Stevens, Phone: 618-220-7132
- E-Mail Address
-
mary.p.chapie.civ@mail.mil, david.w.stevens26.civ@mail.mil
(mary.p.chapie.civ@mail.mil, david.w.stevens26.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Government intends to solicit written proposals for rotary wing air transportation services based at Bicycle Lake Army Air Field at Ft. Irwin, CA. The Contractor shall provide one rotary wing aircraft, personnel, equipment, tools, facilities, supervision and direct materials necessary for the performance of the air transportation services for rotary wing passenger and/or cargo air transportation as outlined in the Performance Work Statement (PWS). The contractor shall provide rotary wing air transportation services to transport technicians and equipment to austere locations to support the operation and maintenance of the NTC communications/instrumentation network, located on a mountain top. Services are to be provided within a 200 mile radius of the air field. The Government anticipates contracting approximately 350 hours of airlift services per year. Aircraft shall be available for services 7 days a week, including weekends and holidays. Mission scheduling will be limited to daylight hours under Visual flight Rules (VFR) conditions. The contractor shall receive 24 hours advance notice and on occasion will have immediate notice for emergency repairs. A normal duty day shall not exceed 12 hours. The aircraft must be capable of carrying 5 passengers plus the pilot, capable of carrying internal/external loads of at least 1,000 pounds (excluding pilot and fuel weight), and/or a combination thereof at 30 degrees Celsius at 8,000 feet out-of-ground effect. The aircraft must be fueled by JP-8 or Jet A government furnished fuel for direct contract flying. Fuel for positioning/repositioning, training and maintenance flights is the responsibility of the contractor and is not charged to the contract. The Government intends to award one firm fixed price (FFP), indefinite delivery, requirements contract under the solicitation. This acquisition will be conducted as a low price technically acceptable (LPTA) source selection. Contractors will be required to perform all services identified in the solicitation. Offerors must be a DOD approved air carrier for the aircraft offered by the closing date of the solicitation, satisfying all DOD Commercial Air Carrier Quality and Safety requirements as described in 32 CFR, Part 861.14 and 10 USC 2640 and DOD additional standards for contract passenger operations under Parts 133 and 135. The successful offeror must be the entity to operate the aircraft under this contract. For additional information, contact HQ AMC/A3B at (618) 229-4801 or go to website http://www.amc.af.mil/library/businesscustomers.asp. The period of performance begins 1 Jan 2015 (if award is made after this date, the period of performance will be at a minimum two weeks after the award date, as determined by the government), through 30 Sep 2015, followed by four one-year option periods through 30 Sep 2019 under FAR 52.217-9, and a not to exceed six months extension under FAR 52.217-8. The NAICS code is 481211. A Request for Proposal (RFP) will be available on Federal Business Opportunities on or about 19 Nov 2014. No hardcopies of this solicitation will be issued. The solicitation will be available only at the FedBizOpps website, http://www.fbo.gov. This is a 100 percent Set-Aside for Small Business. Small Business size is determined by 1500 or less employees. All responsible sources may submit a proposal, which shall be considered by the agency. All comments should be addressed to Mary Chapie, Contract Specialist (618) 220-7036, email: mary.p.chapie.civ@mail.mil or David Stevens, Contracting Officer (618) 220-7132, email: david.w.stevens26.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-15-R-R007/listing.html)
- Place of Performance
- Address: Ft. Irwin, CA, United States
- Record
- SN03572328-W 20141115/141113234426-d3d52097531bad4499a88520bd272424 (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 |