Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2024 SAM #8419
SOLICITATION NOTICE

F -- F--EU High Wing Turboprop Flight Services Smokejumper

Notice Date
12/13/2024 9:55:54 AM
 
Notice Type
Presolicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
 
ZIP Code
20170
 
Solicitation Number
140D0425R0003
 
Response Due
1/31/2025 11:00:00 AM
 
Archive Date
12/31/2025
 
Point of Contact
Fleshman, John, Phone: 5713806797
 
E-Mail Address
john_fleshman@ibc.doi.gov
(john_fleshman@ibc.doi.gov)
 
Description
This is a Pre-Solicitation Notice Only. Proposals are not being requested at this time. The Department of the Interior, BLM AFS, has a requirement for a high wing multiengine turboprop aircraft for smokejumper fire suppression missions located at Fort Wainwright, Fairbanks, Alaska and possibly the Lower 48 (L48) that is contractor operated and maintained, which meets the solicitation minimum aircraft requirements for pre-determined exclusive use periods of performance. The aircraft will begin the exclusive use period at Ft. Wainwright, AK with the possibility of operating out of several field stations that have paved or unpaved airstrips of 3,500 feet or more in length. Contractor services will include, but are not limited to, provision of an aircraft, personnel, and all other associated equipment for transporting and dropping smokejumpers, transporting, and dropping paracargo, reconnaissance, testing of parachutes and other aerial equipment, transportation of personnel and/or cargo in support of fire suppression activities, search and rescue, natural resource missions, and other administrative and related resource activities as directed by the Government. The Contractor must obtain and keep current multiple requirements including, but not limited to, the following: A Federal Aviation Administration (FAA) Air Carrier Certificate which authorizes the Contractor to operate in the category and class of aircraft and under flight conditions required by this contract, engineering support for continued airworthiness from the current type certificate holder or supplemental type certificate holder, Standard Airworthiness Certificate issued under 14 CFR 21.183, aircraft with a restricted airworthiness certificate must also have a standard airworthiness certificate issued in accordance with 14 CFR 21.187. The contractor is responsible for and must comply with all applicable Federal Aviation Administration (FAA), Airworthiness Directives (ADs) and Manufacturer�s Mandatory Service Bulletins (MMSBs) before and during contract performance. Minimum Aircraft Requirements Must have a Standard Airworthiness Certificate. Aircraft certified under Civil Air Regulation Part 3, or 14 CFR 23 or 25. Interagency Smokejumper Aircraft Screening and Evaluation Subcommittee (SASES) approved. 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. VFR/IFR, Day/Night, known ice certified. Minimum of an 85 knot stall speed for smokejumper operations. Minimum of 19 insured passenger seats. Seats must be removable for cargo transport. The aircraft shall accommodate a minimum of 12 smokejumpers when configured in accordance with Sec. B. Side facing exit aft of main landing gear with FAA approval for in-flight opening of this exit door. Cruise speed of 260 KTAS at 12,000� Endurance of (4.5) hours at max cruise power with 6,500 lb. payload, 200 lbs. per pilot and 25 lb. survival kit. Ability to achieve a single engine climb capability of + 1.2 percent or better at 5,000 feet pressure altitude and at 81�F, with 2.5 hours fuel on board, with no more than a 25 percent reduction in useful load. Capable of operating from 3,500 ft gravel runway at SL pressure altitude and 20� Celsius The Government will direct aircraft to support its missions and objectives. During the exclusive use period, aircraft furnished shall be subject to the exclusive use and control of the Government 24 hours per day, 7 days per week. There will be one solicitation and one awarded Indefinite Delivery Indefinite Quantity (IDIQ) contract with Fixed unit prices (FP) with Economic Price Adjustment (EPA) for aircraft insurance. The contract will have an ordering period covering fire seasons in FY25 and FY26 from the date of award � November 30, 2026. The exclusive use period each year is estimated to be on or around May 1 � August 29 (120 calendar days). The anticipated issue date of the solicitation is on or around January 17th, 2025, with a projected closing date of February 17th, 2025. Services are currently being provided by Bighorn Airways, Inc, a small business, under DOI, AQD contract 140D8120D0002 awarded on December 3, 2019. The contract was awarded with a Ceiling amount of $13,212,968.00. The contract expired December 2, 2024. This acquisition will be accomplished in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services, and FAR Part 15, Contracting by Negotiation. This Request for Proposal will be solicited full and open, unrestricted, under NAICS code 115310 which has a size standard of $34M. It will be a requirement that the successful awardee be registered in the System for Award Management (SAM). The solicitation will be posted here on SAM.gov. Questions must be submitted in writing and emailed to CO John_fleshman@ibc.doi.gov please Cc CS stephen_klier@ibc.doi.gov with all correspondence as well.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e925d6d1c351490ba14fd0c5c8ed6caf/view)
 
Record
SN07291471-F 20241215/241213230106 (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.