Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
SOURCES SOUGHT

U -- HAHO Support

Notice Date
1/6/2017
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M00681-17-T-0012
 
Archive Date
1/14/2017
 
Point of Contact
Diana Lynch-Maldonado, Phone: 7607253313, Drena J. McIntosh, Phone: 7577258447
 
E-Mail Address
Diana.Lynch-Maldona@usmc.mil, drena.mcintosh@usmc.mil
(Diana.Lynch-Maldona@usmc.mil, drena.mcintosh@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MCIWEST-RCO THIS IS A SOURCES SOUGHT ONLY. This is NOT a request for quotation and in no way obligates the Government to award any contract/purchase order. The purpose of this sources sought synopsis is to seek out interested small businesses capable of fulfilling the service requirement. The MCI-West Regional Contracting Office, Marine Corps Base, Camp Pendleton, California is performing market research to determine available sources that can provide the following services for up to 30 Marines: 1. Place of Performance shall be within 360 mile radius of Camp Pendleton with a dry climate, no major air traffic routes, and no large bodies of water. 2. The period of performance is 6 March - 24 March 2017 (weekends included) 3. The Contractor shall provide up to 54 operational blade hours of aircraft via a CASA C212 or Skyvan aircraft capable of conducting Military Free Fall configured parachute operations. Military Aircraft will be the primary source but may not be available at times during the training. 4. The Contractor shall provide (1) aircraft, capable of conducting DBSL parachute operations from an altitude not to exceed 25,000ft MSL utilizing a rear ramp exit. This aircraft must be an approved Air Mobility Command aircraft (DOD approved Intrastate Commercial Carriers per DoDI 4500.53), which is authorized to conduct parachute operations with DoD personnel. The aircraft must be capable of supporting 10 combat loaded Marines and 2 Free Fall Jump Masters simultaneously. 5. The contractor is responsible for all aircraft maintenance, mechanical support and airfield storage. Contractor shall provide commercial grade aviation fuel for onsite via pressurized fuel truck. 6. Airfield must be capable of supporting military KC-130 aircraft for landing, taking-off and maneuvering on the ground. 7. Adequate facilities shall be provided for training area with direct access to aircraft and loading areas, parachute packing space, climate controlled classroom spaces available for formal/informal instruction, a secure climate controlled area with double lock capability for storage of all parachutes and parachute related gear. 8. Contractor will coordinate municipal or county Crash Crew and Paramedics onsite 24/7 required for MILAIR operations, coordinate medical support in the form of air medevac capabilities, and provide liaison to medical facilities in the area. 9. The Contractor shall provide Drop Zone landing jumper and parachute recovery capability. 10. The Contractor shall provide (5) Zone Availability Report (ZAR) listed drop zones. 11. Contractor shall provide meals/catering (Breakfast and Dinner) for up to 30 Marines. 12. Contractors shall provide billeting with showers and space for marine gear, cots, sea bags, kitbags. Potential offerors are invited to provide feedback via e-mail to Diana.Lynch-Maldona@usmc.mil. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition This is a Request for Information, NOT A REQUEST FOR PROPOSAL/BID/QUOTE. The applicable NAICS code is 611699 with a small business size standard of $11.0 Million Dollars. In addition, interested vendors shall provide the following information: a. Whether or not your business is a large or small business under this NAICS code b. If the size standard is small, indicate if your firm is certified under Section 8(a) of the Small Business Act, HubZone certified, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, Small Disadvantaged Business or Small Business. c. Are the services available under a GSA/FSS contract? If so, please provide contract number. d. These services been acquired by any government agencies? If so, please provide names of agencies, POCs and contract numbers. e. Cage Code and DUNS Number. Cage Code and DUNS number must be registered on Systems for Award Management ( https://www.sam.gov ) Respondents will NOT be notified of the results of any government assessments. Relevant Experience to include: experience in performing efforts of similar size and scope within the last three years. Please include a brief description of the project, contract number, contract value, and an agency point of contact to include current telephone number. All responses will be treated as proprietary. At this time, the USMC does not guarantee any future contracts; and, responses to this Sources Sought notice do not bind USMC to any agreement with the responder, be it explicit or implied. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-17-T-0012/listing.html)
 
Record
SN04365449-W 20170108/170106233946-cce8c2b68e4551ebb50a7d46d951cc2b (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.