SOURCES SOUGHT
V -- V--Fixed Wing Aviation Support In Antarctica
- Notice Date
- 2/8/2022 9:07:45 AM
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- IBC AVIATION MANAGEMENT (00080) BOISE ID 83706 USA
- ZIP Code
- 83706
- Solicitation Number
- DOIDFBO220019
- Response Due
- 3/8/2022 7:00:00 AM
- Archive Date
- 03/19/2022
- Point of Contact
- Teague, Paula, Phone: 2084335063, Fax: 3039697084
- E-Mail Address
-
paula_teague@ibc.doi.gov
(paula_teague@ibc.doi.gov)
- Description
- The Department of Interior, Interior Business Center, Acquisition Services Directorate is requesting qualified and capable offerors to respond to this Sources Sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support requirements for any of the services listed below. NAICS code-481219 Other Non-Scheduled Air Transportation FSC- V211-Transportation, Travel and Relocation services This requirement is for year-round, exclusive use flight services and support utilizing fully-functional aircraft equipped to meet specifications, operated and maintained by qualified personnel in Antarctica and the Arctic, for the National Science Foundation (NSF) in support of the research activities of the United States Antarctic Program (USAP), and NSF�s Arctic Program. The primary role for the aircraft in both theaters of operation will be for utility transportation services, ferrying personnel and materials to remote, often unprepared, field locations. Periodically, at least one of the aircraft will be configured with a downward-looking port, wing hard-points and in-wing cable raceways to allow the aircraft to be used for remote sensing activities to include aero geophysical surveys, aerial photography, light detection and ranging (LIDAR) and remote digital mapping, and the operation of ice-penetrating radar systems. The Contractor will be required to modify contract aircraft to meet the needs of the program. Modifications will be requested at various levels from simple modifications to major modifications. The Government is contemplating a 5- or 10-year, firm fixed price IDIQ for four light and two medium aircraft. The Antarctic is characterized by very hostile operating conditions that consist of high winds, cold temperatures, and minimal facilities for maintenance and support operations. Experience in these harsh conditions is essential to safe operations and warrants significant considerations to support aviation operations in the Antarctic. Other conditions that may affect the acquisition are the risk of the unknown as many operators that will be interested in submitting a proposal in response to the acquisition are unfamiliar with the environment other than by reading publications. Operations will be conducted at significant distances from the United States and possibly the contractor�s home base of operations and, therefore, the contractor must show experience in maintaining a small fleet of aircraft at remote locations with limited support capabilities. The contractor shall be experienced and capable of providing fully contractor-operated and maintained flight services to programs that are considered to be similar in nature to the missions of the National Science Foundation�s Polar Programs. The contractor must maintain an Airworthiness Certificate IAW 14 CFR Air Carrier Certificate or Operating Certificate and have engineering support for continued air worthiness from the current to the supplemental certificate holder. All equipment must be FAA approved. The Contractor is responsible for and must comply with all laws and regulations, and otherwise have or obtain all needed licenses, permits, and certifications, including, but not limited to, those necessary for the carriage of persons or property for hire within the United States, Canada, and Greenland. Likewise, the Contractor is also responsible for obtaining all country clearances necessary to deploy its airplanes to Antarctica. SAMPLE MINIMUM AIRCRAFT REQUIREMENTS I. Light Multiengine Fixed Wing Utility Ski plane (Qty 4, 85-120 days each) a) Must have a Standard Airworthiness Certificate. b) An aircraft make and model for which engineering and logistical support, for continued airworthiness, is provided from the current type certificate holder or supplemental type certificate holder. c) Aircraft must be approved for use with AN8, JP8, and JP5 fuel. d) Approved for flight into known ice. e) Approved for operations without a minimum operating temperature limitation. f) Approved for takeoffs and landings at 12,500 pressure altitudes (PA). g) Maintain positive single engine rate of climb at maximum gross takeoff weight, 5,000 feet PA and 5�C in the clean configuration (no skis, standard doors and windows installed and no external sensors). h) 150 knots true airspeed at 10,000 feet PA and minus 5�C in the clean configuration. i) Endurance of at least four (4) hours and 30 minutes in the standard category at 5000 feet PA, 5�C and maximum cruise power. j) Payload of 1800 pounds, equipped in accordance with this contract, to include skis, two pilots (360 pounds) with three (3) hours of fuel (7 pounds per gallon). k) Short Takeoff and Landing (STOL)-capable from unprepared areas. l) Aircraft shall be able to clear a 50-foot obstacle during takeoff and landing with a runway length of 2,000 feet on a standard day at sea level with zero wind at maximum gross certified weight. m) Seating for nine (9) passengers in a standard approved seating configuration. II. Medium Multiengine Fixed Wing Utility Ski plane (Qty 3, 85-120 days each) a) Must have a Standard Airworthiness Certificate. b) An aircraft make and model for which engineering and logistical support, for continued airworthiness, is provided from the current type certificate holder or supplemental type certificate holder. c) Aircraft must be approved for use with AN8, JP8, and JP5 fuel. d) Approved for flight into known ice. e) Approved for operations to minus 54� Celsius (C). f) Approved for takeoffs and landings at 12,500 pressure altitudes (PA). g) Maintain 2.4% second segment gross climb gradient single engine at maximum gross takeoff weight, 5,000 feet PA and 5�C in the clean configuration (no skis, standard doors and windows installed and no external sensors). h) 180 knots true airspeed at 10,000 feet PA and minus 5�C in the clean configuration. i) Range of 1,900 nautical miles with 30 minute fuel reserve at optimum altitude and airspeed/power for maximum range at maximum takeoff weight (MTOW), fuel 7 pounds/gallon in the clean configuration. j) Payload of 7,000 pounds, equipped in accordance with this contract, to include skis, two pilots (360 pounds) with three (3) hours of fuel (7 pounds per gallon). k) Seating for nineteen (18 or more) passengers in a standard approved seating configuration. l) Capable of taking off from and landing on unprepared areas. To ensure ownership and the ability to operate each aircraft proposed, offerors will be required to submit the following certificates/operations specifications at the time of proposal. 1. Air Carrier Certificate 2. Operations Specifications Sections a) A003 Aircraft Authorization b) B034 IFR Class I Terminal and En route c) B036 Remote Navigation using M-LRNS d) B040 Operations in areas of magnetic unreliability e) B050 Authorized Areas f) D085 Aircraft Listing This and other supporting documentation will be mandatory at the time of proposal. Foreign equivalency will be considered. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name 2) Address 3) Email address 4) CAGE and DUNS number 5) Web site address 6) Telephone number 7) Size and type of ownership for the organization 8) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, DEPEND ON HOW THIS REQUIREMENT WILL BE PROCURED. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice No Later Than 8 March 2022, 0800, MST. All responses under this Sources Sought Notice must be emailed to Paula Teague paula.teague@ibc.doi.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8cc4df313c294cfe9aeed78b5d809d64/view)
- Place of Performance
- Address: ATA
- Country: ATA
- Country: ATA
- Record
- SN06236997-F 20220210/220209211722 (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 |