SOURCES SOUGHT
V -- Dedicated, On-Call Emergency Air Transport Services
- Notice Date
- 5/21/2010
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 200-2010-SS-00100
- Archive Date
- 7/6/2010
- Point of Contact
- Donna J Myler, Phone: 770-488-2861, Vivian S Hubbs, Phone: (770) 488-2647
- E-Mail Address
-
dmyler@cdc.gov, vhubbs@cdc.gov
(dmyler@cdc.gov, vhubbs@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- The Centers for Disease Control and Prevention (CDC), Office of Public Health Preparedness and Response (OPHPR), Division of Emergency Operations (DEO) is seeking a qualified Air Transport Services vendor to provide dedicated, on-call, air transport services support for domestic and international emergency public health missions conducted by the agency. The Division of Emergency Operations (DEO) is assigned the responsibility of coordinating the agency's first response to public health threats; both domestically and internationally. Whether the threatening event is naturally occurring, or the result of man-made or terroristic activities, the DEO's respond must be appropriate and timely for the specific threat; and may involve the deployment of agency personnel and/or equipment/baggage/cargo into a site, or the extraction of agency personnel, infectious individuals and/or biological specimens. First responders may be called upon to operate in areas absent a functioning civil authority, possessing a weakened or non-existent infrastructure, and/or requiring heighten security (communications, personal, and physical) measures. The DEO must have the capability to move personnel, patients, specimens, and or equipment on short notice, 24 hours a day, 365 days per year to anywhere in the USA or to international locations. Most missions will originate from Peachtree-Dekalb Airport, Atlanta, GA. A two (2) hours response time is required for domestic missions and an eight (8) hours response time is required for international missions. For missions utilizing the Aeromedical Biological Containment System (ABCS) the domestic response time requirement is six (6) hours and for international flights it is eight (8) hours. The vendor may be required to transport "dangerous goods" or "select agents" and therefore must have a security plan in compliance with 49 CFR 172.800 and 802. Transport of specimens and laboratory samples containing hazardous or infectious materials, enclosed in appropriate transport containers, demands that flight crew personnel agree to receive vaccinations and prophylaxis as required by CDC medical authorities. For air transport of infectious/contagious patients, the CDC will utilize, in certain cases, the Aeromedical Biological Containment System (ABCS). The ABCS is a portable, tent-like system that can be quickly installed in an aircraft for a medical evacuation (MEDEVAC) mission of a single patient. The size of the ABCS is 12'(L) x 5'2"(W) x 5'11" (H) and weights approximately 400 pounds. The ABCS has several component pieces including the pallet, exoskeleton, line, and two (2) filter housing units. The dimensions of the pallet when folded are 92"(L) x 46.5"(W) x 12"(H). When the ABCS is deployed, the vendor will be responsible for the installation of the system into the aircraft, provision of medical equipment and supplies, provision of a medical crew, removal of the system from the aircraft, decontamination of the system, and storage. General requirements of the successful vendor are: (1) possess air ambulance approval in their FAA Operations Specifications, (2) possess accreditation from the Commission on Accreditation of Medical Transport Systems (CAMTS), (3) conduct all public health mission flights in accordance with Federal Aviation Administration Regulations (FAAR), Part 135, (4) be authorized by the Federal Aviation Admnistration (FAA) to transport "dangerous goods", and (5) possess a security plan which is compliant with 49 CFR 172.800 and 172.802. Specific requirements of the aircraft(s) offered for use are: (1) hold a current FAA Part 135 Air Carrier Certificate with no limitations to include full worldwide FAA authority with Reduced Vertical Separation Minimum (RVSM) Certification, Minimum Equipment List (MEL) authorization and a minimum of 12 or more seats authorization, (2) able to reach Anchorage, AK from Atlanta, GA carrying a minimum of 12 passengers with 2 pieces of luggage each in seven (7) hours non-stop, (3) be Stage III noise compliant, (4) be able to reverse the cabin air flow to "front (cockpit) to rear", (5) floor seat tracks are 60.99 inches apart (for use when deploying the ABCS), (6) lavatory must be installed in the front of the aircraft near the cockpit, must be FAA certified to utilize the ABCS, (7) must pass an Aircraft Integration Test (AIT), (8) must pass a Customer Acceptance Test (CAT). All interested parties capable of providing these services are invited to submit information that includes company name, address, contact name and telephone number, company literature, capability statement, experience, current Small Business size status, HUBZone certification from the Small Business Administration (SBA) and any other pertinent data. Responses SHALL NOT exceed 10 pages. All information submitted to CDC will be kept confidential as allowed by relevant federal law, including the Freedom of Information Act (5 USC 552) The Government does not intend to pay for information received and does not intend to provide evaluation results to the sender. The knowledge obtained from information submitted will be factored into subsequent procurement set-aside determinations and/or solicitation requirements. No award will be made based on this synopsis. The information received will be used in the Contracting Officer's assessment of capable sources. Request for copies of a solicitation and/or telephone calls WILL NOT be honored or acknowledged. No cost or pricing data is requested. Responses submitted in electronic format are preferred, and can be e-mailed to the attention of the Contracting Officer, Donna Myler. Responses must be submitted by 3:00 PM EST on Monday 14 June 2010 to Donna J Myler, Contracting Officer, at email dmyler@cdc.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/200-2010-SS-00100/listing.html)
- Place of Performance
- Address: 1600 Clifton Road, Atlanta, Georgia, 30333, United States
- Zip Code: 30333
- Zip Code: 30333
- Record
- SN02156687-W 20100523/100521235207-dc799f477224b2c55ef89684dcb89801 (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 |