Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

V -- Helicopter Lift Services for Mohawk Mountain, AZ

Notice Date
9/15/2020 3:48:43 PM
 
Notice Type
Presolicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-20-Q-00149
 
Response Due
9/22/2020 7:00:00 AM
 
Archive Date
10/07/2020
 
Point of Contact
Josh Huckeby, Phone: 4059541684
 
E-Mail Address
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
 
Description
SOURCES SOUGHT NOTICE FOR HEAVY AND LIGHT HELICOPTER LIFT SERVICES AT MOHAWK MOUNTAIN NEAR YUMA ARIZONA FOR SOLAR POWER SYSTEM IN SUPPORT OF US CUSTOMS AND BORDER PROTECTION (CBP) No phone calls please. All questions must be in writing and emailed to the Contracting Officer identified in this announcement.� This is a sources sought announcement notice to inform capable and interested vendors of an upcoming solicitation� for the requirement described in the attached Statement of Work (SOW). Release of this solicitation will likely occur within days of the close of this announcement. The FAA anticipates a single Firm-Fixed Price (FFP) contract for the entirety of this requirement awarded on a�Lowest Priced, Technically Acceptable (LPTA) basis. Actual services are anticipated to consist of 8 full days of lift services utilizing�both heavy and light helicopters, and are anticipated at this time to begin on or oaround 21 October, 2020. Please review the SOW for full details.� The responses to this market survey will be used for informational purposes only. This is not a Request for Proposal (RFP) of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor�s expense. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The FAA intends to primarily use the responses to this announcement to determine if such a set-aside is appropriate in accordance with the FAA Small Business Program. Vendors are requested to please clearly identify in your response if your company possess any of these statuses.� The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) for budgetary purposes from businesses interested in and capable of providing the services as shown on the attached draft SOW. Respondents to this Market Survey are encouraged to provide comments regarding industry approaches to this requirement. The FAA requires interested vendors to address the requirements in the attached draft SOW. This document is provided for feedback and comments. Each vendor should include the following information along with their submission: 1. Capability Statement - This document should identify: - Provision of the same or similar services as listed in the Requirements List that have been provided by your firm - Previous contracts and awards for these services (elaborate: quantities, dollar amounts and provide detailed information and past performance) - Number of years in business - Type of aircraft intended to be used to perform this requirement� 2. Clearly state whether or not you can provide all of the services as listed in the Requirements List, including the training of the helium reclamation.� Please send an outline or draft of how you would anticipate a recovery system would work (i.e.: would be done on-site where the aerostats are located, would purification need to be done at a separate location, etc.) and how training would be conducted. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 4. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the Requirements List. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email:� Joshua.d.Huckeby@faa.gov Email is the preferred method of response, please include ""MARKET SURVEY RESPONSE: Mohawk Mountain Helo Services� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8cd0cdae7e7d402696fcdab43a4629ee/view)
 
Place of Performance
Address: Yuma, AZ, USA
Country: USA
 
Record
SN05797938-F 20200917/200915230152 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.