SOURCES SOUGHT
V -- Airlift Support Services - Performance Work Statement
- Notice Date
- 2/8/2018
- Notice Type
- Sources Sought
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R18T0007
- Archive Date
- 3/2/2018
- Point of Contact
- Erik Reta, Phone: 928-328-6163
- E-Mail Address
-
erik.m.reta.civ@mail.mil
(erik.m.reta.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Air Lift services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 481212 Non Scheduled Chartered Freight Air Transportation, 1,500 employees. A continuing need is anticipated for the Air Lift services which is currently being fulfilled through current contract #W9124R-15-D-0205. Attached is the draft Performance Work Statement (PWS). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement (service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. How does your company charge commercial customers (e.g. Flight hours plus fuel or flight hours inclusive of fuel, etc....)? 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the draft PWS to acquiring the identified services. 8. What is Industry Standard for quantifying Fuel usage? Gallons? Tons? Please explain. 9. What risks (cost, schedule, performance/technical) are associated in the performance of this requirement? How would your organization minimize these risks? Please include your rationale. Interested sources shall provide response in writing no later than 5:00 PM MST, 15 February 2018 to Erik Reta at erik.m.reta.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4122e2f5db00e9d79842026b0c04be20)
- Place of Performance
- Address: Yuma Proving Ground, Arizona, 85365, United States
- Zip Code: 85365
- Zip Code: 85365
- Record
- SN04817718-W 20180210/180208231951-4122e2f5db00e9d79842026b0c04be20 (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 |