SOURCES SOUGHT
99 -- North Warning System Heavy Fixed Wing Requirement
- Notice Date
- 12/20/2019 8:12:16 AM
- Notice Type
- Sources Sought
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- FA4890 ACC AMIC LANGLEY AFB VA 23665 USA
- ZIP Code
- 23665
- Solicitation Number
- FA4890-NWS-HEAVY-AC-SOURCES-SOUGHT
- Response Due
- 1/10/2020 3:00:00 PM
- Archive Date
- 01/25/2020
- Point of Contact
- Capt Ashley Chung, Phone: 7577644629, Kelli Wright, Phone: 7572251858
- E-Mail Address
-
ashley.chung.1@us.af.mil, Kelli.wright.1@us.af.mil
(ashley.chung.1@us.af.mil, Kelli.wright.1@us.af.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 18:00 p.m. Eastern Standard Time on Friday, 10 Jan 2020. The Government is seeking industry input from all sources (small and large businesses) at this time. The applicable North American Industry Classification System (NAICS) for this requirement is 481211 for Nonscheduled Chartered Passenger Air Transportation. Interested parties must be registered under NAICS 481211 in SAM (System for Award Management) at www.sam.gov. The Government plans to consider all information submitted in response to this Sources Sought Notice. Air Combat Command, Acquisition Management Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the market capability and acquisition strategy to obtain non-personal services for the North Warning System (NWS) airlift support contract with performance in Canada across the NWS operational areas. For this requirement, the contractor shall provide all personnel, services, equipment, tools, oil, facilities, supervision and direct materials necessary for the performance of the air transportation services including sufficient number of ground personnel for adequate maintenance and ground operation. Please reference the DRAFT Performance Work Statement (PWS) posted in conjunction with this notice, which provides the size, scope, and complexity of this requirement. The Period of Performance will consist of one (1) base period and four (4) one-year option years. The Government anticipates making award in late May 2020. Please note: This is an estimated timeframe and it is the responsibility of the interested parties to monitor beta.sam.gov for all subsequent opportunities and postings. All interested parties should submit a capabilities package (please limit to no more than 10 pages total) outlining your company�s key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/18ca32e44bd742818c9a65d9bf1fb790/view)
- Place of Performance
- Address: CAN
- Country: CAN
- Country: CAN
- Record
- SN05522873-F 20191222/191220230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |