Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2011 FBO #3354
SOURCES SOUGHT

V -- Fixed and Rotary Wing Air Transportation and Drone Recovery Services, Pt. Mugu CA

Notice Date
1/28/2011
 
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
HTC711-11-ZR03
 
Archive Date
2/23/2011
 
Point of Contact
Christine Malinda Magett, Phone: 6182207093, Mary P Chapie, Phone: 618-220-7036
 
E-Mail Address
christine.magett@ustranscom.mil, mary.chapie@ustranscom.mil
(christine.magett@ustranscom.mil, mary.chapie@ustranscom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). USTRANSCOM/TCAQ-R is conducting market research to identify air carriers with rotary wing and fixed wing aircraft capable of providing air transportation and drone recovery services and range test support for NAWCWD, Point Mugu CA. Rotary- wing aircraft shall be used to locate and retrieve drones via a hook and sling system from the open ocean and return them to Point Mugu, CA. Drone weights vary from 500 - 2500 lbs. Rotary-wing aircraft shall also be capable of carrying various passenger and/or cargo loads from 1 to 9 passengers and payloads between 500 and 2500 lbs for durations of 1.5 to 2.0 hours and /or provide range test support. Fixed-wing aircraft shall be capable of carrying various passenger and/or cargo loads from 4 to 8 passengers and payloads between 800 and 1600 lbs for distance of up to 200 nautical mile and/ or provide range test support. Specific Requirements follow: (1) Fixed-wing capable of carrying a combination of up to four passengers/cargo and/or providing range test support with a payload capability of 800 pounds and a flight range of 200 nautical miles (approx.100 hours per year). (2) Fixed-wing aircraft capable of carrying a combination of up to eight passengers/cargo and/or providing range test support with a payload capability of 1600 pounds within a range of 200 nautical miles (approx. 200 hours per year). (3) Rotary-wing aircraft capable of carrying a combination of up to three passengers/cargo and/or providing range test support with a payload capability of 600 pounds for a flight duration of at least 1.5 hours (approx.75 hours per year). (4) Rotary-wing aircraft capable of carrying a combination of up to five passengers/cargo and/or providing range test support for a payload capablility of at least 1000 lbs. for flight duration of at least 1.5 hours (approx 400 hours per year). (5) Rotary-wing aircraft capable of carrying a combination of up to nine passengers/cargo and/or providing test range support with a payload capability of at least 2,500 lbs. for a flight duration of at least 2.0 hours (approx.100 hours per year). (6) Rotary-wing aircraft capapble of locating, recovering and transporting 500 pounds drones from the open sea (approx. 150 hours per year). (7) Rotary-wing aircraft capable of locating, recovering and transporting 2,500 pound drones from the open sea (approx 75 hours per year). We are required to conduct market research as part of acquisition planning. Please provide the following information and any other information you think might be helpful in the procurement of this service. The following questions have been provided: 1) Please list your company's type of rotary-wing and fixed-wing aircraft available with capabilities (speed, range, payload, number of passenger seats and baggage etc) for the requirement? 2) Estimated price, or price range, per hour for aircraft listed above? How is the service usually priced and is per hour acceptable? Are reimbursables a standard price? If so what is paid? 3) Are you currently a DOD approved carrier? 4) What is your business size (small or large) and how many employees? 5) Have you flown the aircraft to be offered for 12 continuous months or comparable service for the type of aircraft proposed? 6) How much advance notice do you require prior to scheduling a flight? 7) Do your commercial contracts contain provisions for extending the term of the contract (yearly options)? 8) Do your commercial contracts contain provisions for extending services at the end of the contract (e.g., option to extend services)? 9) What is the normal length of contract in this industry? 10) Where would your base of operations be located and how long would it take for you to arrive at the pickup point? 11) Is your company a certificated FAR Part 135 or 121 air carrier? 12) What is the size status of your business? (Small Business, HUBZone, Veteran-Owned Small, Service-Disabled Veteran Owned Small, Small Disadvantaged, Women-Owned Small, Large Business). 13) Are requirements type contracts used in your commercial contracts for these type of services? 14) Comments/Suggestions? This agency has not made a final 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, USTRANSCOM will accept the requested information in whatever format it is provided. The applicable North Amercian Industry Classification System (NAICS) code is 481211. The SBA size standard for this NAICS is 1500 employees. All information provided by the contractor will become property of USTRANSCOM and will not be returned. Responses are requested by 08February 2011 and should include your company name, address, point of contact, phone number, fax number and email address. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Reference FAR 15.201 (e). Interested parties capable of performing this requriement should send email to: christine.magett@ustranscom.mil or mary.chapie@ustranscom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-11-ZR03/listing.html)
 
Place of Performance
Address: Pt. Mugu CA, United States
 
Record
SN02369057-W 20110130/110128234318-843a6b84c9532e5564380d7bb211570a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.