Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2015 FBO #4982
SOURCES SOUGHT

V -- Request for Information - ICE Air Operations Consolidated Contract - Draft SOW

Notice Date
7/13/2015
 
Notice Type
Sources Sought
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
RFI-ICE-OAQ-2015-FLIGHTS
 
Point of Contact
Benjamin T. Shih, , Brandiss Smith,
 
E-Mail Address
benjamin.shih@ice.dhs.gov, Brandiss.Smith@ice.dhs.gov
(benjamin.shih@ice.dhs.gov, Brandiss.Smith@ice.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work The United States Department of Homeland Security (DHS), U.S. Immigration and Customs Enforcement (ICE) is responsible for the detention, health, welfare, transportation and deportation of alien detainees in removal proceedings, and those subject to final order of removal from the United States. The mission of the Enforcement and Removal Operations (ERO) Program is the planning, management, and direction of broad programs relating to the supervision, detention, and deportation of detainees who are in the United States illegally. These activities are chiefly concerned with the processing and enforcement of departure from the United States of detainees who have entered illegally or have become removable after admission. In implementing its mission, ERO ICE Air Operations Division (IAO) is responsible for carrying out all orders for the required departure of detainees handed down in removal proceedings, or prior thereto, and arranging for detention of detainees when such detention becomes necessary. ERO's responsibilities include providing reliable, safe, and secure mass air transportation of alien nationals placed in federal custody. IAO requires vendor(s) to provide chartered flight services for daily domestic and international flights predominantly to the Caribbean, Central America, and South America from five (5) operational areas located in Mesa, AZ; Brownsville, TX; Miami, FL; San Antonio, TX; and Alexandria, LA. These daily charter flights each require an aircraft with up to 150 seats with 13 security crewmembers plus a flight nurse, and will require a maximum of approximately 18,000 total annual flight hours. In addition, approximately 10-12 small aircraft long range international charter (LRIC) flights per year are required. The LRIC flights use an aircraft with a minimum of 4,000NM range and 14-18 seats. Finally, large aircraft LRIC flights using an aircraft with a minimum of 150 seats and minimum range of 2,800NM will also be required for approximately one flight per quarter to international destinations. The anticipated duration of an awarded contract or agreement will be one base year plus four option years. This Request for Information (RFI) is being used to collect information about capability of qualified contractors to provide the services as described above and pursuant to the attached draft Statement of Work. Prospective contractors who are qualified to provide these services should provide the following information for ICE's review: 1. Company name 2. Company address 3. POC information (name, title, phone number, email address, etc.) 4. Company business size 5. Socio-economic status 6. Copy of GSA schedule(s) (if applicable) 7. Brief Company Capability statement (to include addressing all needs as stated above). Contractors should specify their prior experience or contracts in the area. In addition to the general capabilities of interested firms, ICE requests responses to the following inquiries: 1. Can the size and scope of this requirement be consolidated into a single contract or blanket purchase agreement or some combination thereof, where it is currently being performed under multiple task orders? a. What advantages or disadvantages might exist in consolidation, both from the perspective of the contractor and the Government? 2. If the requirement can be consolidated into a single contract or blanket purchase agreement, can the work be done by a single contractor or should the Government award to multiple contractors? a. If the requirement can be consolidated down to a single contractor, is it possible for there to be one single fixed hourly rate for all 5 of the daily charter flights? If not, please provide an explanation. b. Is it possible for there to be one single fixed hourly rate for all of the LRIC flights? If not, please provide an explanation. 3. What significant market conditions, trends, and operating constraints should the Government be aware of, which may not be considered in the attached Statement of Work? 4. The Government has previously fulfilled this requirement by awarding task orders against GSA Schedule 599 ("Travel Services Solutions") contracts under Category 599 5 "Air Charter Services - Brokers;" can these services also be provided by the vendors under Category 599 4 "Air Charter Services - Owner Operated?" If not, please provide an explanation of the reasons why not. 5. Are there non-GSA schedule contractors that are capable and interested in providing these services? 6. What, if any, performance metrics would prospective contractors recommend the Government use to measure performance for these services? What incentives could be offered that would most effectively lead to outstanding performance? 7. After reviewing the attached draft SOW and this RFI, are there any questions or issues that should be addressed? All questions received will be gathered, reviewed, and may be answered in a future posting or amendment to this RFI. ICE may also seek to gather additional information by hosting an Industry Day at ICE's facilities located in Washington, D.C. at a time and date to be determined. Interested parties shall submit all requested information and responses electronically to benjamin.shih@ice.dhs.gov and to brandiss.smith@ice.dhs.gov by 4:00 p.m., EST, on August 14, 2015. THIS IS A RFI ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this announcement, and information submitted in response to this RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/RFI-ICE-OAQ-2015-FLIGHTS/listing.html)
 
Record
SN03794325-W 20150715/150713234633-4cb1e1ff2ad461acb0863fd335bc492c (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.