Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SPECIAL NOTICE

V -- FEMA Region IX: Passenger and Air Cargo - RFI

Notice Date
11/8/2016
 
Notice Type
Special Notice
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052, United States
 
ZIP Code
94607-4052
 
Solicitation Number
HSFE09-17-I-0001
 
Archive Date
12/31/2016
 
Point of Contact
Andrea L. Brunsman,
 
E-Mail Address
andrea.brunsman@fema.dhs.gov
(andrea.brunsman@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
RFI Notice with Equipment and Tables INTRODUCTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This Request for Information (RFI) is issued solely for information and market research planning purposes; it does not constitute a solicitation or a promise to issue a solicitation. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - ONLY IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. The Federal Emergency Management Agency (FEMA) is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. Any information that the vendor considers proprietary should be clearly marked as such. 1. Background: a. Summary: FEMA Region IX coordinates and provides the core Federal disaster response capability needed to save lives, reduce suffering, and protect property in communities throughout the States of California, Arizona, Nevada, Hawaii, the United States Territories of American Samoa, and Guam, the Commonwealth of the Northern Marianas Islands, and the Federated States of Micronesia that have been overwhelmed by the impact of a major disaster or emergency, regardless of cause. b. FEMA Region IX must ensure that Federal emergency response systems and capabilities are properly poised to lean forward to support States and communities overwhelmed by disaster and emergencies. Support to declared or undeclared emergencies or disaster response operations where the location of performance will vary depending on operational needs. The contractor should be able to provide Door to Door service that include all ground, air transportation (OCONUS flights require passenger full service), all required vehicle for ground transport, all Material Handling Equipment (MHE) with personnel to operate, and all cargo services to include all paper work and customs requirements that needs to be submitted to support all locations (departure, intermediate, and arrival airfields) Contractor should be able to or contract for pick up at Agencies home station to departure airfield or designated location and at destination airfield to the disaster with the ability to retain transport and drivers for extended periods or until released by FEMA throughout the States of California, Arizona, Nevada, Hawaii, the United States Territories of American Samoa, and Guam, the Commonwealth of the Northern Marianas Islands, and the Federated States of Micronesia. Contractors can subcontract with other companies to cover different locations or zones may be set up to ensure coverage of all areas/islands. Multiple contracts or BPAs may be awarded to ensure coverage of all requirements. c. Current State: FEMA Region IX does not have a current contract in place. d. Capabilities: FEMA Region IX may need to transport personnel, cargo, equipment and vehicles to affected areas. While services are in use, the contractor shall retain appropriate number of personnel who have the necessary knowledge, skills, ability, and experience to effectively manage the contract and task order requirements. FEMA seeks a contractor that can provide all necessary MHE (see Table 6) to load and off-load aircraft and qualified personnel to operate equipment compatible with furnished aircraft. This will include all dunnage, cargo preparation and manifesting of cargo, equipment, vehicles, and baggage for air movement, and all necessary services to prepare and certify hazardous material for air movement. On-loading and off-loading of aircraft. The contractor would be responsible for the safe on-loading and off-loading of the aircraft in accordance with applicable Federal Aviation Regulations and individual aircraft specifications. A member of the contractor's crew would be responsible for weight and balance of Government traffic and shall make a visual check of cabin load and, if required, indicate approval of loading by signing the station compartment breakdown. Additionally, the contractor would provide air terminal weight and balance forms and any other required technical data to assist in safely loading the aircraft. The contractor would, ensure all equipment at destination is positioned and ready to begin offloading no more than 2 hours prior to the established landing time. Additionally, FEMA seeks a contractor that can provide all personnel, training, supervision, equipment, materials, facilities, supplies and services necessary to perform cargo airlift services in support of the tasks and deliverables, unless otherwise specified as government-furnished materials or services. Available aircraft must be certified by the FAA and current commercial standards applicable to commercial aircraft charter. Aircrew will meet all applicable standards to include aircrew physical standards; FAA licensing; and appropriate training, currency/qualifications, and flying experience in the aircraft supplied and type flown. Included with the aircraft would be all the necessary material handling equipment with operators for all air or ground transportation and the preparation of cargo for movement to include hazardous material preparation/certification and customs services, if required. e. Aircraft Capabilities: FEMA requires passenger and air cargo services with operationally certified aircraft and crew, with the added ability to provide additional aircraft, as necessary. Upon issuance of a task order, the services requested by FEMA must be activated and positioned where directed by the Government, with maximum fuel aboard consistent with aircraft performance limitations and mission requirements, as early as three (3) hours but no later than 10 hours after the contractor receives the task order. In the event of a no-notice event (without warning or notice) aircraft must be ready to fly within a 3-hour response time from the requested departure point. Aircraft should have the ability to carry between 25-100 passengers, carrying one to two pieces of carry-on luggage and between one and three pieces of checked luggage weighing no more than 50-75 pounds per piece of luggage. Additionally, the tasked aircraft(s) should be able to carry the following list of equipment: SEE ATTACHMENT FOR ALL TABLES AND EQUIPMENT. 2. Purpose of this RFI: a. To determine industry capabilities for providing air cargo transportation services to FEMA. b. To determine industry capability to provide air cargo transportation support 24 hours a day, 7 days a week, and with a 3-hour response time to the designated team or task force point of departure with the responding aircraft and crew ready for onward flight throughout the c. To determine vendor capability as owners and/or brokers of these air transportation services. States of California, Arizona, Nevada, Hawaii, the United States Territories of American Samoa, and Guam, the Commonwealth of the Northern Marianas Islands (Saipan, Tinian, Rota), and the Federated States of Micronesia 3. Request for Information (RFI) Questions: a. Company Information: i. Please, state if your company is an owner, broker, vendor, or any combination thereof, for aircraft. ii. Please, state your base of operations. iii. Are you (or your subcontractors) located in (check all that apply and provide location): California, Arizona, Nevada, Hawaii, the United States Territories of American Samoa, and Guam, the Commonwealth of the Northern Marianas Islands (Saipan, Tinian, Rota), and the Federated States of Micronesia. iv. Does your company maintain its own inventory of aircraft?  If yes, what types do you maintain?  What is the quantity and type of aircraft by location? Please, include payload information.  If no, what access do you have? Please, specify types, locations, payload, and response times. v. Do you have the capability to provide aircraft with the minimum specifications and with the response time as required by FEMA? vi. What accompanying resources does your company employ as part of your air transportations services?  Do you have access to additional flight crews if requested, and what is the turnaround time?  Do you have access to offloading equipment? vii. Have you preformed similar work previously?  If yes, please provide examples of work performed including customer, contract number, contract amount, and scope of work. viii. Please, include point of contact information for your company. ix. Indicate if your company is a large or small business or qualifies under any socio-economic category. x. Are there any resources not mentioned above that you feel would benefit FEMA or make this requirement more efficient? b. Cost Information i. Do you have commercially available pricing for the various types of services, to include owner, vendor, or broker? ii. Do you have commercially available pricing for the various types aircraft utilized? iii. Is there available pricing breakdown for the cost of each passenger or flight? iv. Do you have commercially available pricing for the additional resources your company utilizes? v. If you are unable to perform or are late for a requirement what action/liquidated damages are assessed in the commercial marketplace? vi. How does industry typically charge for similar services? vii. How does industry typically estimate price for similar services? viii. How does industry typically handle if a trip is cancelled? ix. What is your typical refueling plan? x. Do you have access to flight crews to support a continuous flight, i.e. between CONUS and Saipan? How would you be able to fulfill this requirement? c. Miscellaneous Information i. Is there any additional information not specifically requested in this questionnaire that is particular to your services or inventory? ii. Does your company comply with all FAA and environmental regulations? 4. RFI Response Format: Respondents are encouraged to ensure that their submittals are complete and address all items outlined within this RFI. Respondents may provide additional promotional literature in addition to their response, please ensure any additional literature is relevant and aids in the understanding of your ability to perform. Response Deadline and Point of Contact Information: Responses to this notice should be submitted in the form of Microsoft Word and/or PDF (searchable format) documents attached to emails received no later than December 16, 2016 at 12:00 PM (Noon, Pacific) to: • Contracting Officer: Andrea L. Brunsman (andrea.brunsman@fema.dhs.gov) Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement and addressing the questions listed in section #3. The statement of capability shall also include the information listed below: 1) Company Name/Division, mailing address, e-mail address, telephone, FAX numbers, and website address (if available). 2) Single point-of-contact name, title, telephone, and email address. 3) DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc.). 4) Evidence of System for Award Management (SAM) registration (https://www.sam.gov/portal/public/SAM/). 5) A statement addressing whether the company has an accounting system that has been determined adequate by DCAA or another cognizant audit agency for purposes of performing work on a Federal government cost type contract. 6) A statement addressing whether the company has a property management system that has been determined acceptable for use on a Federal government contract. 7) Applicable NAICS code under which the company customarily does business. 8) Business size for NAICS Code 481212 and socio-economic status, if qualified as one or more of the following: a) 8(a) firm (must be certified by SBA) b) Small Disadvantaged Business (must be certified by SBA) c) Woman-Owned Small Business d) HUBZone firm (must be certified by SBA) e) Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information pages) 9) If a teaming/subcontracting arrangement is contemplated, discuss potential team members. 10) A description of the firm's ability to perform the work and any other information you believe to be important and germane to the purposes of this RFI including responses to the questions posed above. The responses received will assist FEMA with identifying the number and nature of the entities that consider themselves feasible technical solution providers, as well as any teaming arrangements that may evolve as a result of this requirement. Each respondent, by submitting a response, agrees that any cost incurred by it in responding to this request, or in support of activities associated with this RFI, shall be the sole responsibility of respondent. FEMA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. Responses to this RFI will not be returned. 5. Industry Discussions FEMA anticipates holding an Industry Day after review of RFI responses and prior to the release of a solicitation. The Industry Day is anticipated to be in January 2017. Additional information will be posted to FedBizOpps.gov when available. 6. Questions Respondents may submit questions regarding this RFI to the contact listed below. Responses to questions may be posted on FEDBIZOPPS. Please send any questions you may have to the Contracting Officer: Andrea L. Brunsman (andrea.brunsman@fema.dhs.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/HSFE09-17-I-0001/listing.html)
 
Place of Performance
Address: Oakland, California, 96407, United States
Zip Code: 96407
 
Record
SN04322840-W 20161110/161108234302-c75c3cf654db05ace950c2af49533719 (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.