SOURCES SOUGHT
V -- Big Crow Chartered Air Services (BCAS) II - Lease of Aerospace assets, on a per event basis
- Notice Date
- 8/19/2009
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W9126009R0003
- Response Due
- 9/4/2009
- Archive Date
- 11/3/2009
- Point of Contact
- Karen Davis, 719-554-8879<br />
- E-Mail Address
-
U.S. Army Strategic Command
(karen.davis@smdc-cs.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought synopsis intended to provide market research information for use in developing a solicitation for a follow-on effort for air services for the Big Crow Program Office. Responses to this announcement will be used to identify interested qualified sources and airframes available in the market place. Information requested from interested parties is described below. The responses to this notice are for Government planning purposes only and shall not be construed as a definitive intent to proceed with this acquisition. Place of Performance: Various locations throughout the United States, Canada, and Overseas locations. The Big Crow Program Office requires aerospace assets of various types to support Research Development Test and Evaluation (RDT&E) and training missions. Aerospace assets will be acquired on an event basis to support operational, test and evaluation (OT&E), and training missions such as, but not limited to Electronic Attack (EA) Electronic Protect (EP) and Electronic Support (ES), airborne, ground and maritime threat simulation/emulations, weapon system simulation, threat representative aerial target presentations, air, ground, sea interdiction, and other asset services support for OT&E and training programs. These operations may be conducted at multiple continental United States (CONUS) sites as well as outside continental United States (OCONUS) sites. The types and kinds of assets will be determined by a comparison of responses to this synopsis to estimated customer requirements and reflected in the request for proposal (RFP) will also include estimated quantities of flight hours per type of asset, estimates for reimbursable expenses and auxiliary crew personnel. Categories of aircraft would be tactical attack and/or fighter, commercial business, and other. Examples of tactical attack and fighter aircraft include A-4, F-5, F-16. Macchi MB-339CB, Beech A90. Examples of commercial business include Learjet, Gulfstream, Citation, and Falconjet. Other aircraft includes cargo, and lighter-than-air, ultralights; examples include, but are not limited to: HL-600, C-130, DC-9s, 707s, 737s, A320s, etc. Interested parties should respond by email to the above points of contact. Responses must include the following: List by category the model, condition, including any special features, and quantity of aircraft the respondent can offer. Include actual owner name as well as any limitations for availability, and the current operating location of the assets. Include airworthiness certification and certifier if applicable. Summary of companys operations, maintenance, and quality control policies and procedures for aircraft and crew. (i.e. Operations Plan, System Safety Plan, Maintenance Plan, Quality Control Plan, Environmental Plan.) Past performance information - Provide 3-5 references to demonstrate and document the respondents performance on air services contracts (Government or Commercial). Include a description of the services provided, the period of performance, the contract number, the name, phone number, address and e-mail of the contracting officer and technical representative. Specifically identify any services that require(d) security clearances. Verify that your company is registered in the Central Contractor Registration (CCR) and provide your cage code number. LIMIT PAGES TO 5. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work and assure the level of safety required by the Government. The Government currently anticipates a single award to the source who provides the best value by offering the broadest capability of aircraft best suited to the BCPO RDT&E requirements while performing strict quality control procedures to ensure safety and reduce flight risk. The pricing will be firm fixed price per flight hour by aircraft model and cost for fuel/travel/materials. The period of performance will be 1 basic year plus four one-year option periods. All interested parties must periodically check the web site for updates. POC Karen Davis, Contract Specialist, (719)554-8879, karen.davis@smdc-cs.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W9126009R0003/listing.html)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
- Zip Code: 80914-4914<br />
- Zip Code: 80914-4914<br />
- Record
- SN01917434-W 20090821/090820000008-fa6558e999482cecfe9c7f9c690243b0 (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 |