Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
SOURCES SOUGHT

V -- Sources Sought - C-130H Aircrew Services - Sources Sought

Notice Date
1/9/2015
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
U.S. Forest Service, Contracting, Owyhee Building - MS 1100, 3833 S. Development Avenue, Boise, Idaho, 83705-5354, United States
 
ZIP Code
83705-5354
 
Solicitation Number
SN-2015-03
 
Archive Date
2/6/2015
 
Point of Contact
Mike McFarlane, Phone: 208-387-5695
 
E-Mail Address
michaelmcfarlane@fs.fed.us
(michaelmcfarlane@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Document Agency: United States Department of Agriculture (USDA) Office: Forest Service Location: National Interagency Fire Center - Boise, ID Issue Date: January 09, 2015 Response Date: January 22, 2015 Submittal of information: The information requested by this Sources Sought shall be provided, in writing, by close of business (2:00 p.m. Mountain Time) January 22, 2015 to the following address: U.S. Forest Service National Interagency Fire Center (NIFC) 3833 South Development Avenue Attn: Mr. Michael McFarlane, Owyhee Building 106, Suite 1101-1 Boise, Idaho 83705-5354 Synopsis: This Sources Sought is for Market Research and Planning purposes only. Classification Code: V111 NAICS Code: 488190 THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This Sources Sought does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. This Sources Sought is for planning purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this Sources Sought or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this Sources Sought. Responses to this Sources Sought will not be returned. Whatever information is provided in response to this Sources Sought may be used to assess tradeoffs and alternatives available for future needs. The information provided may be utilized by the US Forest Service in developing its acquisition strategy and in its Statement of Objectives and Performance Specifications. The information resulting from this Sources Sought may be included/combined with other submissions in one or more options considered in the analysis of alternatives. Any proprietary information that is submitted may be used in establishing/verification of requirements however, specific information will be safeguarded as proprietary. Contracting Office Address: Owyhee Building - MS 1100 3833 S. Development Ave. Boise, ID 83705 Primary Point of Contact: Michael McFarlane, Contracting Officer michaelmcfarlane@fs.fed.us 208-387-5695 Description: The Government is seeking contractors capable of providing C-130H model aircrew services for to support USFS operations in USFS owned C-130H aircraft. The aircrew members would be based in Sacramento, CA for the period of one year with the option, to be exercised at the unilateral option of the Government, for an additional two years. One set of aircrew is defined as 2 US Air Force Trained C-130H/J MAFFS II Qualified Instructor Pilots, 1 US Coast Guard trained C-130H Instructor Flight Engineer, and 2 US Air Force Trained C-130H/J MAFFS II Qualified Instructor Loadmasters. In addition, a Project Manager (PM) that was qualified as a US Military C-130H Instructor Pilot will be required to oversee the contractual requirements from Boise, Idaho at the National Interagency Fire Center (NIFC). The aircrew must be current and qualified in the aforementioned requirements within the last 2 years from the date the solicitation closes and currently hold or be able to obtain a Class 1 medical from the FAA prior to contract award. This currency requirement does not pertain to the PM however the Class 1 Medical requirement is the same. The pilots must hold a valid FAA Commercial Certificate with an Instrument and Multi-engine Land Rating. It is desirable but not required for the Flight Engineer hold a valid FAA Flight Engineer Certificate. The Contractor would provide C-130H aircrew in support of large airtanker operations at various locations throughout the Western United States. The MAFFS II equipped C-130H airtanker are expected to carry moderate loads of retardant (2500 to 3000 gallons) to fires in support of fire suppression programs. Crews will receive differences training from US Military C-130H/J models to USCG configured C-130H model aircraft. Personnel would be required year round and aircrew would provide administrative support during the non-fire periods with the development of aircrew training syllabi, syllabi grade sheets, syllabi training metrics and standards, and currency requirements. Aircrews will be required to provide input into the USFS Airtanker Program and the Fixed Wing Standardization Program based on experiences gained during this initial operating period. Programmatic support would also involve providing written input from daily pre and post flight briefings modeled after industry standard utilizing root cause analysis procedures. Sources are being sought to determine whether or not the solicitation will be issued as unrestricted or if it will be set-aside for small business or other socioeconomic program. The future procurement will be solicited, evaluated, and awarded in accordance with the procedures of Federal Acquisition Regulations (FAR) Part 12, Acquisition of Commercial Items, in conjunction with Part 13 Simplified Acquisition Procedures as authorized by FAR subpart 13.5. The Forest Service ultimately anticipates award of a fixed rate contract for this requirement. The contract's period of performance shall be a one year base period with two option year periods that may be exercised at the unilateral option of the Government. This solicitation will be issued under North American Industry Classification system (NAICS) code 488190, Other Support Activities for Air Transportation with the applicable size standard $32,500,000 in annual receipts. It is estimated that the solicitation will be available approximately 7 days after receipt of responses from this sources sought. Company information Requested: Vendors/Contractors who respond to this Sources Sought are requested to provide all of the following information in writing in response to this announcement and in accordance with the directions below: 1. COMPANY NAME 2. COMPANY ADDRESS 3. COMPANY POINT OF CONTACT (NAME, TITLE, EMAIL, AND PHONE NUMBER) 4. COMPANY DUNS NUMBER 5. TYPE OF BUSINESS (SMALL, LARGE, ETC.) BASED ON NAICS 488190 6. PREVIOUS EXPERIENCE PROVIDING AIRCREW SERVICES 7. GENERAL STATEMENT OF CAPABILITIES 8. QUALIFICATIONS OF AIRCREW MEMBERS WITH RESPECT TO THE FOLLOWING a. FAA CERTIFICATES HELD b. CURRENT CLASS OF FAA MEDICAL CERTIFICATE c. HOURS IN C-130H/J AIRCRAFT d. QUALIFICATIONS IN C-130H/J MODEL AIRCRAFT e. YEARS BEING AN ACTIVE INSTRUCTOR IN THE C-130H/J f. LAST TIME INSTRUCTING IN THE C-130H/J g. MILITARY EXPERIENCE SUPPORTING MAFFS II OPERATIONS h. CURRENCY OF AIRCREW 9. ABILITY TO PROVIDE THE FOLLOWING QUALIFIED AIRCREW a. TWO (2) US AIR FORCE TRAINED C-130H/J MAFFS II QUALIFIED INSTRUCTOR PILOTS b. ONE (1) US COAST GUARD TRAINED C-130H INSTRUCTOR FLIGHT ENGINEER c. TWO (2) US AIR FORCE TRAINED C-130H/J MAFFS II QUALIFIED INSTRUCTOR LOADMASTERS d. ONE (1) PROJECT MANAGER (PM) PREVIOUSLY QUALIFIED AS A US MILITARY C-130H INSTRUCTOR PILOT 10. AIRCRAFT INSURANCE VALUES AND TYPES HELD 11. ABILITY TO PROVIDE THE FOLLOWING DOCUMENTATION FOR AIRCREW MEMBERS IN RESPONSE TO A FUTURE SOLICITATION. a. PRODUCTION OF FLIGHT LOGBOOKS b. PRODUCTION OF LAST THREE CHECKRIDE EVALUATIONS c. PRODUCTION OF LAST THREE MILIATRY PERFORMANCE EVALUATIONS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/024B/SN-2015-03/listing.html)
 
Record
SN03613120-W 20150111/150109234648-edc03bd2a31a974b3d0cade9784ab14c (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.