Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2024 SAM #8096
SPECIAL NOTICE

X -- X--Hangar Storage for WAPA Helicopter in Phoenix, AZ

Notice Date
1/25/2024 10:58:18 AM
 
Notice Type
Special Notice
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
WESTERN-CORPORATE SERVICES OFFICE LAKEWOOD CO 80228 USA
 
ZIP Code
80228
 
Solicitation Number
89503024QWA000192
 
Response Due
1/31/2024 10:00:00 AM
 
Archive Date
01/31/2024
 
Point of Contact
Aumiller, Wesley M., Phone: 720-962-7152
 
E-Mail Address
aumiller@wapa.gov
(aumiller@wapa.gov)
 
Description
Title: DSW Helicopter N616DE Hangar Storage with Elevate in Deer Valley, AZ Notice Type: Pre-solicitation Response Date: 01/31/2024 Classification Code/PSC: X1BZ NAICS: 488119 Set Aside: N/A The Department of Energy/Western Area Power Administration (WAPA) intends to award on a single source basis to Elevate Improvement, of Phoenix, AZ the authority of FAR 13.106-1(b)(2), Soliciting from a Single Source, a regional base storage hangar for its helicopter N616DE stationed at the DSW Regional Office in Phoenix, AZ. This Notice of Intent to Sole Source is to notify any interested parties of WAPA�s intent to award directly to Elevate Improvement. WAPA owns and operates Bell Model 407 Helicopters to perform transmission line inspection, maintenance, and other mission requirements. WAPA requires a regional base storage hangar for each of our helicopters within each of WAPA�s regions. The Fixed Based Operator (FBO) must provide WAPA with the required services for the DSW regional helicopter located in Deer Valley, Arizona. � The hangar shall be secure, enclosed and heated with a smooth hard level surface space large enough to park a flight ready Bell 407 helicopter with no protruding objects or aircraft impeding the ability to rotate the main rotor and tail rotors 360 degrees, approximately 40�X38�. Specific aircraft ground handling may be required. � Immediate 24 hour / 7 days a week access by the WAPA crew to the helicopter and flight ramp must be available utilizing wheels, Heli porter, or helipad to tow to a designated area away from other aircraft allowing safe distances for departures and arrivals from the flight ramp. � Minor maintenance such as inspections that require cowling and rotor remove and replace must be allowed to be performed by current WAPA contracted maintenance personnel. � An available storage area for three (3) 36�X48�X72� supply lockers and small lockable toolbox nearby the helicopter. � A designated aircraft washing location with appropriate clean water available and approved drainage. � Jet-A fueling on the airport, nearby overnight auto parking must be available. � A common area for use by the WAPA Flight crew should be within a 5-minute walking distance from the helicopter storage location with lavatory facilities available. The Government intends to acquire commercial services using the provisions, clauses, and procedures prescribed in FAR Part 12 and FAR Part 13. Based on market research, the need for secure hangar space with unrestricted 24/7 access, emergency maintenance availability, and the proximity for emergency response by the WAPA pilot and Aerial Patrolman, WAPA has not identified any other sources that can provide the storage and access requirements to meet the needs of the agency. The North American Industry Classification System (NAICS) code for this acquisition is 488119, and the size standard is $40M. The base period of performance is for one year, beginning February 10, 2023 through February 11, 2024. This notice of intent is not a competitive Request for Quotation (RFQ). No solicitation package will be publicly issued. In accordance with FAR 5.207, all responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government whether to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received from all responsible sources will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. If WAPA identifies no other capable sources by January 31, 2024, WAPA will issue a firm-fixed price purchase order on or about February 10, 2024 to Elevate Improvement, LLC. Interested parties may identify their interest and capability to respond to the requirement, in writing, no later than the response date. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement. Inquiries will only be accepted via e-mail to Wes Aumiller at aumiller@wapa.gov by close of business January 31, 2024. Please reference the above solicitation number when responding to this notice No telephone requests will be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36bb7f4707fd4d1d886c7f356fa83462/view)
 
Record
SN06945010-F 20240127/240125230039 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.