SOURCES SOUGHT
X -- C-130H Hangar Space Facilities - Forest Service
- Notice Date
- 11/16/2016
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Southern CA Acquisition Service Area, 701 N. Santa Anita Ave., Arcadia, California, 91006, United States
- ZIP Code
- 91006
- Solicitation Number
- R5-17-20-001
- Archive Date
- 12/31/2016
- Point of Contact
- Ramon Lopez, Phone: 5592944896
- E-Mail Address
-
ramonlopez@fs.fed.us
(ramonlopez@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this announcement is to obtain market research regarding interested vendors/contractors who are capable of providing facilities to support a US Forest Service (USFS) fleet of seven (7) HC-130H aircraft. The USFS is conducting market research from interested vendors/contractors who are capable of providing facilities to support the operations and maintenance of seven USFS HC-130H aircraft. Aviation facilities should include hangar space for at least two aircraft and ramp space for six aircraft. USFS intends to support the aircraft with contract maintenance and pilot services, which will operate from the hangar and ramp spaces. The proposed facility should accommodate approximately 100 contract staff from November to April; with office space to accommodate approximately 20 staffers year round. The facility will also accommodate aircraft parts and ground support equipment. A maximum of two aircraft are expected to be regularly on station from May to October. Between November and April, up to seven aircraft may be on station, with up to two performing training/operational missions. FACILITIES: Facility Requirements The USFS is limiting the search to airfields located within the 11 western-most United States for positioning closest to the majority of wildland firefighting operations and suitable training terrain: • Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, Wyoming The following are additional requirements: • Airfields with a minimum runway length of 8,000 ft. (based on dry runway conditions at sea level; greater length calculated according to increased elevation) minimum runway width of 150 ft. and weight bearing capacity of 175,000 lbs. or comparable PCN for repeated HC-130H operations; • Airfields shall be open and maintained year-round; • Airfields shall not be VFR-only; • Airfields shall not be located inside a Restricted Airspace; • Ramp: Approximately 332,000 sf to accommodate parking for six HC-130H aircraft, associated support vehicles and material handling equipment; • Aircraft Hangar and Maintenance: Approximately 52,000 sf to accommodate parking for two HC-130H aircraft (est. 38,000 sf); various maintenance, supply (bench stock, consumables, etc.) and storage spaces for engines, avionics, line shop, metal shop, paint shop, tool room, etc. Daily and weekly maintenance will be performed on site; programmed depot maintenance and major painting will be performed off site; • Adequate storage space for parts inventory and equipment (est. 5,000 sf); • Office/personnel: Approximately 7,530 sf to accommodate restrooms, break room, locker rooms, aircrew ready room, and office space (an estimated 100 personnel will be on site during the off season, however, only 20 will require office spaces) REQUESTED INFORMATION: Vendors/contractors who respond to this Sources Sought are requested to provide all of the following information in writing and in accordance with the directions below: COMPANY INFORMATION: 1. Company name 2. Company mailing address 3. Company point of contact (name & title) 4. Point of contact's telephone numbers (office & fax) 5. Company's size standard for the NAICS information provided above COST INFORMATION: All interested vendors/contractors shall provide a Rough Order of Magnitude (ROM) that includes the following costs: Facilities • Estimated annual lease costs for the facility (hangar, ramp, office spaces, include information such as landing fees, airport/county lease fees) • Estimated annual support cost (electricity, internet, other use costs) • TECHNICAL INFORMATION: Contractor will be expected to provide documentation and proficiency of the following: Facilities 1. Description of the facilities available to include: i) Ability to meet the requirements of the USFS HC-130H facility requirements. ii) Power sources (including alternatives, such as generators) iii) Fueling options and location on the facility iv) Internet capability (T-1 connection is required) v) Ramp Space and accessibility vi) Hanger space, location and accessibility vii) Proximity to major metropolitan area and or suitable lodging options viii) Office space available 2. Ability to meet the attached runway requirements 3. Airspace class, description of special use airspaces within 25 nm and an estimate of the daily commercial air traffic at the airport 4. Additional space available at the airport to support a temporary retardant loading facility, including a water source (300 gpm) 5. Existing National Environmental Policy Act (NEPA) approvals 6. The airport support capability (e.g. Crash Fire Rescue; fuel availability, including Jet A, internet, electric and water availability) 7. How the proposed facility is suitable for airtanker operations (retardant mixing and storage area, airtanker loading area) Note: You may provide any other pertinent information that may contribute to efficiencies related to this RFI that will assist the Government in developing specifications for future solicitations. SUBMITTAL OF INFORMATION: The information requested by this notice shall be provided, in writing (hard-copy or electronic), by date specified in this notice to the following address: U.S. FOREST SERVICE Acquisition Management Attn: Ramon Lopez, Lease Contracting Officer 1600 Tollhouse Road Clovis, CA 93611 or to the following email address: ramonlopez@fs.fed.us 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 notice does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. This notice 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 RFI 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 notice will not be returned. Whatever information is provided in response to this notice 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 Objective, Statement of Work, and/or Performance Specifications. The information resulting from this notice may be included or 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 requirements of the future system but specific information will be safeguarded as proprietary.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91T5/R5-17-20-001/listing.html)
- Place of Performance
- Address: Airfields located within the 11 western-most United States: Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming, United States
- Record
- SN04329240-W 20161118/161116234336-48ac0a23bff0c5b26d5be34c3027f421 (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 |