MODIFICATION
V -- US Navy Helicopter Support Services
- Notice Date
- 1/7/2019
- Notice Type
- Modification
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Interior Business Center, AQD<br />Division 2 /Branch 3<br />381 Elden St<br />Suite 4000<br />Herndon<br />VA<br />20170<br />
- ZIP Code
- 20170
- Solicitation Number
- 140D0419R0005
- Response Due
- 2/8/2019
- Archive Date
- 5/31/2019
- Point of Contact
- Schroeder, Gregory
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), Herndon, VA in support of Naval Sea Systems Command (NAVSEA) Program Executive Office (PEO) for Integrated Warfare Systems (IWS), has issued Request for Proposal (RFP) 140D7019R0005 for the procurement of commercial aviation support services using Federal Acquisition Regulations (FAR) Part 12, ¿Acquisition of Commercial Items. ¿ This RFP is for the award of a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with the issuance of Firm-Fixed-Unit-Price (FFUP) task orders. The period of performance is up to five (5) years and consists of a 12 month base period and four (4), 12 month options. This is a total small business set-aside under NAICS 481219 - Other Nonscheduled Air Transportation, which has a small business size standard of $15.0M. Background: NAVSEA PEO IWS has a need for contractor-operated and contractor-maintained light and medium lift rotary wing aircraft and flight services to support the Test and Evaluation (T&E) Program for Navy ship weapon systems. Flight services are intended to provide transportation of cargo and government and contractor personnel in support of military offshore requirements. The government may require the contractor to install or remove special-use equipment on aircraft, prepare aircraft for mobilization to a forward operating base, repair Government Furnished Equipment (GFE), or purchase additional component equipment for use in the performance of the resultant contract. There will be one primary medium lift aircraft that shall be designated as Exclusive Use (EU) and will be utilized for 365 days within first twelve-month period of performance and potentially up to an estimated 260 flight hours in addition to the guaranteed EU availability. The contractor will also be required to provide one medium lift On-Call (OC)/Call-When-Needed (CWN) aircraft that may be utilized for up to 300 flight hours. There may be an additional requirement to provide a third OC/CWN aircraft in which a light helicopter would be requested up to 100 flight hours. The Navy has interagency and cooperative agreements with other Federal agencies, State agencies, and private landholders, and may dispatch aircraft under the resultant contract for such cooperative use. Aircraft will support military test and trial operations including missions to/from various shore locations and U.S. Navy, U.S. Coast Guard, and other seagoing vessels. Operations shall conform to procedures provided at preflight/mission briefings and will be required to comply with shipboard landing training/certifications at all times under the contracts performance. The primary locations where services are to be performed will be in Virginia and California; however, aircraft may be required to fly to other various locations throughout the United States and its territories, as needed. The contractor will be required to hold and keep current multiple aviation certificates required by the Federal Aviation Administration (FAA), DOI OAS, Air Mobility Command (AMC), and Naval Air Systems Command (NAVAIR). In addition, the Contractor will be required to obtain and maintain SECRET security clearances for all pilots and CONFIDENTIAL security clearances for all other personnel, as specified in DD Form 254: Department of Defense Contract Security Classification Specification. Contractor must also obtain security clearances for all crewmembers and support personnel engaged in operations under the resulting contract. Additional Information: Any future amendments to the RFP will appear at this FBO website. Inquiries/questions concerning this announcement may be e-mailed to IBC AQD. The points of contact for this posting are: Gregory Schroeder, Contracting Officer, Gregory_Schroeder@ibc.doi.gov AND Jackie Hernandez, Contract Specialist, Jacqueline_Hernandez@ibc.doi.gov Please send inquiries via email to both points of contact. No telephone inquiries will be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/a9aa12dbae772bb7ae4366c6685db317)
- Record
- SN05188460-F 20190109/190107230032 (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 |