SOURCES SOUGHT
V -- Fixed-Wing Air Support, Entebbe Uganda
- Notice Date
- 5/20/2015
- Notice Type
- Sources Sought
- 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-ZR08
- Archive Date
- 6/18/2015
- Point of Contact
- BRITA M DORSEY, Phone: 618-220-7049
- E-Mail Address
-
BRITA.M.DORSEY.CIV@MAIL.MIL
(BRITA.M.DORSEY.CIV@MAIL.MIL)
- Small Business Set-Aside
- N/A
- Description
- Fixed-Wing Air Support, Entebbe Uganda Request for Information (RFI) INTRODUCTION The United States Transportation Command (USTRANSCOM) Acquisition Directorate (TCAQ) is conducting market research to determine terms and conditions relevant to the acquisition of dedicated fixed-wing airlift services for movement of Department of Defense (DoD) personnel and cargo in Central African Region. Aircraft will be in direct support of SOCAFRICA. SCOPE The carrier operating the aircraft must be an approved DOD air carrier, as determined by HQ AMC/A3B and the Commercial Airlift Review Board (CARB), and must maintain this approval throughout the performance of this contract. The contractor shall comply with all FAA requirements or equivalent CAA requirements, and with all DOD additional standards as published on the following web site: http://www.amc.af.mil/library/businesscustomers.asp Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, insurance, life support (e.g., housing, meals etc., for contractor personnel) and other items and services necessary to operate fixed-wing aircraft in the Central African region. The Central African region is defined as Uganda, Central Africa Republic, the Democratic Republic of Congo, and South Sudan. The contractor shall provide fixed-wing aircraft with a capacity of at least 7 personnel with their individual equipment (i.e., luggage, backpacks, duffel bags, weapons, etc.) or at least 2,000 pounds of cargo; or a combination of personnel and cargo with a combined weight of at least 2,000 pounds per aircraft. The contractor will provide approximately 225 flight hours per month or 70 hours per week. Generally 2 aircraft will be required to be in flight at the same time on any day. Some flights may require an overnight stay at any of the above named locations. All flights will be limited to only the following hazardous classes: 1.4S (small arms ammunition), 1.3G (signal flares), 1.4G (smoke grenades), 1.4B (blasting caps), 1.4D (rockets), 1.1F (mines), 1.1D (explosive charges), 3.0 (aviation and mogas) and class 9 (lithium batteries and small portable generators). The above hazards are standard and compatible with pax on most planes as long as the contractor abides by applicable rules and regulations. Aircraft must be Instrument Flight Rules (IFR) capable with Traffic Collision, Avoidance System (TCAS), fly at night with the use of Night Vision Goggles (NVGs), two (2) Very High Frequency (VHF) radios, Global Positioning Satellite (GPS) navigation equipment and weather detection capable radar. The contractor will be asked to routinely take off/land on improved and unimproved dirt airfields of a minimum of 1800 feet in length to support resupply and personnel transportation requirements. Airfields like Obo, (ICAO FEFB) and Djema, Central African Republic are considered routine locations. PERIOD OF PERFORMANCE The Government is contemplating a Two Year (24 month) contract to include one month for mobilization, a seven-month base period with five (5) three-month option periods, and one month for demobilization. REQUEST FOR INFORMATION 1. Please list aircraft type fitting the above aircraft type requirements. 2a. Provide estimated costs for the base period (7 Months) for the following: Mobilization (2 aircraft): Monthly Fixed Operation Costs (2 aircraft): Regular Flying Hour Rate per aircraft: Surge Flying Hour Rate per aircraft: DBA Insurance: 2b. Provide estimated costs for Option Period 1 (3 Months) for the following: Monthly Fixed Operation Costs (2 aircraft): Regular Flying Hour Rate per aircraft: Surge Flying Hour Rate per aircraft: 2c. Provide estimated costs for Option Period 2 (3 Months) for the following: Monthly Fixed Operation Costs (2 aircraft): Regular Flying Hour Rate per aircraft: Surge Flying Hour Rate per aircraft: 2d. Provide estimated costs for Option Period 3 (3 Months) for the following: Monthly Fixed Operation Costs (2 aircraft): Regular Flying Hour Rate per aircraft: Surge Flying Hour Rate per aircraft: 2e. Provide estimated costs for Option Period 4 (3 Months) for the following: Monthly Fixed Operation Costs (2 aircraft): Regular Flying Hour Rate per aircraft: Surge Flying Hour Rate per aircraft: 2f. Provide estimated costs for Option Period 5 (3 Months) for the following: Monthly Fixed Operation Costs (2 aircraft): Regular Flying Hour Rate per aircraft: Surge Flying Hour Rate per aircraft: Demobilization (2 aircraft): 3. Have you flown the aircraft (in response to question 1) for twelve continuous months? 4. Are aircraft listed, maintained, operated and certified in accordance with the air carrier's Federal Aviation Regulation (FAR) Part 135 or equivalent CAA requirements? 5. Are the aircraft Instrument Flight Rules (IFR) capable and configured with Traffic Collision, Avoidance System (TCAS), Very High Frequency (VHF) radio and Global Positioning Satellite (GPS)? 6. Do you currently perform/have you performed similar services for the Government? Please describe. 7. Do you currently perform/have you performed similar services for commercial customers? Please describe. 8. Is a one month mobilization period into Africa feasible? 9. Are the services provided under the Fixed-Wing Air Support contract a "commercial item" as defined in FAR 2.101(b)? 10. Do your commercial contracts for similar type of service contain a clause for the customer to unilaterally extend the contract at an already agreed upon time period and price? 11. Explain any difficulties of obtaining approval to conduct NVG operations under FAA part 135 or equivalent CAA requirements. At this time, USTRANSCOM is NOT looking for proposals. NO SOLICITATION EXISTS 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 due June 3, 2015, 4:00 PM (CT). Electronic copies can be submitted to brita.m.dorsey.civ@mail.mil. If you submit proprietary data, please mark it clearly with the appropriate markings. Further action on this anticipated requirement will be determined following review of the responses to this RFI. All correspondence regarding this RFI should be addressed to Brita Dorsey, Contract Specialist, USTRANSCOM/TCAQ-R, email brita.m.dorsey.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-15-ZR08/listing.html)
- Place of Performance
- Address: Entebbe, Uganda, Uganda
- Record
- SN03737591-W 20150522/150520235001-54ef8d869f63c896522b4ee5715ccd3f (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 |