SOURCES SOUGHT
99 -- Sources Sought for Logistical Aviation Support
- Notice Date
- 11/4/2010
- Notice Type
- Sources Sought
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- SSN0220
- Response Due
- 11/12/2010
- Archive Date
- 1/11/2011
- Point of Contact
- Cynthia Smith, 256-955-5531
- E-Mail Address
-
US Army Space and Missile Defense Command, Deputy Commander
(cynthia.smith@smdc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT and is issued for INFORMATION AND PLANNING PURPOSES ONLY. This is not a SOLICITATION. This is NOT a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will not reimburse for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice. Information received as a result of this notice will become part of our market research and used to determine interest and capability of potential sources. Proprietary information will be protected to the greatest extent provided by law. THIS NOTICE NOR PARTICIPATION FROM THIS NOTICE DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT. DESCRIPTION: The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) is seeking potential sources with the capabilities to provide logistical aviation support to in Afghanistan. By identifying and providing an appropriate mix of one (1) fixed wing and one (1) rotary wing Contractor Owned, Contractor Operated (CO/CO) aircraft. All aircraft shall be operated and maintained in accordance with (IAW) the Commercial Airlift Review Board (CARB) Requirements; Title 32 of the Code of Federal Regulations (CFR), Part 861 DoD Commercial Air Transportation Quality and Safety Review Program, and Federal Aviation Administration (FAA) standards or equivalent. The Government contemplates awarding a requirements type contract with a combination of firm fixed price and cost line items resulting from a future solicitation. Contract duration will be for a base year and four (4) one-year option periods. There is a projected one-month phase in period in advance of the anticipated start date for services of 29 January 2011. The initial base of operations for the identified and selected aircraft shall be Kabul, Afghanistan. At a minimum, the aircraft shall be capable of performing flights to and from the following sites: Bagram, Jalalabad, Kunduz, Sheberghan, Heart, Shindand, Showst, Bost, Bastion, Kandahar, Spin Boldak - ABP site / FOB Costell / FOB Blackhawk, FOB Kushamond (refueling only), Lonestar - ABP Site, Zarang, Shir Khan Bandar, Islam Qala, Heritan, FOB Guadez / FOB Lightning, FOB Lilly, FOB Selerno, FOB Fenty, Shouz, Mazar-E-Sharif, Sheberghan - ABP Site, Towra Khout, FOB Bastion, FOB Leatherneck. As this requirement will be performed entirely outside the continental United States, this acquisition is intended to be solicited on an unrestricted basis. The North American Industry Classification Standard (NAICS) code for this requirement is 481211 Nonscheduled Chargered Passenger Air Transportation. The Government will acquire on a flight hour basis providing limited notification of need. This is not an exclusive lease requirement. CAPABILITY: To maximize fair opportunity, all firms interested in performing this requirement may reply to this Sources Sought and shall provide the following: (1)Capability Statement (limited to 5 pages in length, singled-spaced, 12 point font minimum) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) positive assertion indicating registration in the Department of Defense, Central Contractor Registration CCR) database (http://www.ccr.gov); (c) demonstrate the ability to perform the requirement. This statement should specifically describe your firms ability to provide adequate resources to perform the task. (2)Relevant Experience (limited to 2 pages) in projects of similar size, scope and complexity, citing dollar value (preferably exceeding $5M but not less than $12M) within the last three years, including contract number, indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work. (3) NAICS code identified is 481211. The contractor shall advise their business size status in their response. The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps. All information related to this procurement will be available on this website through the date of any award. All interested parties capable of providing these services are encouraged to respond to this SOURCES SOUGHT announcement via email by submitting their responses to Amber Newbern at Amber.Newbern@smdc.army.mil and Cynthia Smith at Cynthia.Smith@smdc.army.mil by 12 November 2010, 1300 central time. Please send your response in PDF or MS Word format. Proprietary processes or data must be clearly marked and documented as such. Submittals furnished will not be returned to sender. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED The decision to solicit for a contract shall be solely the Government's discretion. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/SSN0220/listing.html)
- Record
- SN02322175-W 20101106/101104233833-53642f38b930221c4ee5ab2aedbde630 (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 |