SOURCES SOUGHT
V -- Passenger service to San Nicolas Island, CA
- Notice Date
- 2/20/2009
- Notice Type
- Sources Sought
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
- ZIP Code
- 62225
- Solicitation Number
- HTC711-09-0004
- Response Due
- 3/8/2009
- Point of Contact
- Beverly J. Neeley,, Phone: 618-256-6694, Marie T Pendergast,, Phone: 618-256-6689
- E-Mail Address
-
beverly.neeley@ustranscom.mil, marie.pendergast@ustranscom.mil
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI). The United States Transportation Command (USTRANSCOM)/TCAQ is preparing to acquire follow-on FAR Part 135 air transportation services. The primary purpose of the contract is to shuttle passengers between NAS Point Mugu and San Nicolas Island, CA and between NAS Point Mugu and China Lake, CA, five days a week. The contract requires aircraft with the capability to transport a minimum of 130 passengers from NAS Point Mugu to San Nicolas Island within 2.5 hours of the initial scheduled departure time, and a minimum of 28 passengers and baggage from NAS Point Mugu to China Lake within 2.5 hours of initial scheduled departure time. The contractor shall provide air transportation services utilizing aircraft that are Instrument Flight Rules (IFR) equipped, multi-engine, and turbine powered. Contractor base of operations shall be located at Naval Air Station (NAS) Point Mugu, CA. All aircraft used to perform services under this contract must be able to communicate using UHF radios, must be equipped with TSO-129A Global Positioning System or better, and an Instrument Landing System (ILS). The information obtained from market research will help us determine the most suitable approach to acquire the services: 1) DESCRIBE AVAILABLE AIRCRAFT AND CAPACITY FOR EACH REQUIREMENT. INCLUDE AIRCRAFT TYPE, PASSENGER SEATS OR CARGO, AND WEIGHT CAPACITY. ____________________________ 2) WHAT IS YOUR APPROXIMATE RANGE FOR THE AIRCRAFT YOU PROPOSE? ________________________________ 3) ARE YOUR AIRCRAFT CAPABLE OF LANDING AND TAKING-OFF ON A RUNWAY OF NO LESS THAN 6,000 FEET, IF THE NORMAL 9,000 FEET IS RESTRICTED DOWN ON SAN NICOLAS ISLAND? __________________. IF NOT, PLEASE STATE YOUR AIRCRAFT CAPABILITIES. ____________________________________________________________________ 4) ARE AIRCRAFT EQUIPPED WITH TRAFFIC COLLISION AVOIDANCE INSTRUMENTATION? ____________. IF YES, PLEASE STATE THE TYPE OF INSTRUMENTATION. IF NO, PLEASE STATE THE APPROXIMATE COST PER AIRCRAFT TO INSTALL AND THE TYPE OF INSTRUMENTATION. ____________________________________ 5) ARE AIRCRAFT EQUIPPED WITH GLOBAL POSITIONING SYSTEM OR INSTRUMENT LANDING SYSTEM? ____________. IF YES, PLEASE STATE THE TYPE OF INSTRUMENTATION. IF NO, PLEASE STATE THE APPROXIMATE COST PER AIRCRAFT TO INSTALL AND THE TYPE OF INSTRUMENTATION. ____________________________________ 6) HOW MUCH ADVANCE NOTICE IS REQUIRED PRIOR TO SCHEDULING A FLIGHT? _____ 7) CANCELLATION RULES/CHARGES (Carrier and Customer)? ____________________________ 8) IS YOUR BUSINESS CONSIDERED LARGE OR SMALL (1500 EMPLOYEES OR LESS)? _____ 9) IS YOUR COMPANY A CERTIFICATED FAR PART 135 OR 121 AIR CARRIER? __________ 10) IS YOUR BUSINESS CURRENTLY A DOD APPROVED AIR CARRIER? ________________ 11) DOES YOUR COMPANY HAVE 12-MONTHS EQUIVALENT SERVICE IN THE TYPE OF AIRCRAFT ABOVE? ________________________________________________________________ 12) WHAT LENGTH OF CONTRACT IS COMMON TO THIS INDUSTRY, 2 YEARS, 3 YEARS, 5 YEARS? ___________________________________________________________________________ 13) WHAT TYPES OF PROBLEMS ARE YOU CURRENTLY ENCOUNTERING WITHIN YOUR INDUSTRY (insurance rates, cost of fuel, security requirements, etc.)? __________________________ 14) HOW IS SERVICE USUALLY PRICED, AND IS PER-MILE ACCEPTABLE? ______________ This agency has not made a final commitment to procure the stated requirement and this RFI should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. This agency is interested in obtaining responses to this RFI from prospective contractors, but no contractor shall be reimbursed for providing this information; therefore, the Air Force will accept the requested information in whatever format it is provided. All information provided by the contractor will become property of the Air Force and will not be returned. Responses are requested by 8 Mar 09 and should include a point of contact, phone number, fax number and e-mail address. Interested parties capable of performing this requirement should send e-mail response to: beverly.neeley@ustranscom.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=56c701cb7dfca8d03229496dcda362ab&tab=core&_cview=1)
- Place of Performance
- Address: Point Mugu, CA; San Nicolas Island, CA; China Lake, CA, United States
- Record
- SN01754548-W 20090222/090220215833-56c701cb7dfca8d03229496dcda362ab (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |