SOLICITATION NOTICE
V -- VERTREP Services
- Notice Date
- 4/29/2005
- Notice Type
- Solicitation Notice
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE Washington Navy Yard, Washington, DC, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-05-R-1004
- Archive Date
- 6/1/2005
- Description
- Military Sealift Command will solicit bids to provide three (3) helicopter detachments (two aircraft per detachment) to provide vertical replenishment services in support of 5th and 7th Fleet operational requirements. The detachments will be deployed over a three year period; first detachment will be deployed December 2005; second detachment will be deployed October 2006; and third detachment will be deployed October 2007. REQUIREMENTS: Aircraft will be required to perform the following missions: 1) Day and night vertical replenishment services, to include movement of stores, ammunition and other high value cargoes; 2) Visual search and rescue operations with non-swimmer assisted personnel recovery; 3) Performance and participation in Dynamic Interface testing (DIT) and wind over the deck testing (If required); 4) Internal passenger transfer for MEDEVAC reasons; 5) Internal passenger transfer (min. of fiver personnel in addition to aircrew), and; 6) Internal cargo (minimum capacity of one standard Navy pallet (2ft high, totaling 2000 lbs.). Aircraft will be required to perform shipboard operations (landing and taking-off) and be compatible with the USNS class vessels identified in the solicitation. LOCATION: Delivery/Redelivery point of helicopter detachments for deployment is Guam. Aircraft will be deployed aboard USNS vessels worldwide. SET ASIDE: If two or more offers from small business concerns are received, this solicitation shall be converted to a 100 percent set-aside for small business concerns, as defined by the clause 52.219-6 of the Federal Acquisition Regulation. Notwithstanding the possibility of a small business set-aside, the procurement remains unrestricted and large businesses may offer. If a minimum of two offers from qualified small business concerns are not received by the closing date and time for receipt of initial proposals, award will be made on the basis of full and open competition from among all the offers received from responsible business concerns, large and small, submitting offers. CONTRACT LENGTH: The resulting contract will have a firm period for DIT testing, if necessary, and 5 one?year option periods. ISSUANCE OF RFP: It is anticipated that the RFP will be issued at the middle of May (No sooner than 17 May). A pre-proposal conference in Guam will be tentatively scheduled for mid-June.
- Place of Performance
- Address: Worldwide
- Record
- SN00798404-W 20050501/050429212156 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |