SOLICITATION NOTICE
V -- Rotary-Wing Support of Combat System Ship Qualification Trial - Request for Quote Package
- Notice Date
- 2/5/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-13-T-9010
- Archive Date
- 3/6/2013
- Point of Contact
- Jorge E. Rosario, Phone: 202 685 5056, Stefani M Nick, Phone: 202-685-5962
- E-Mail Address
-
jorge.rosario@navy.mil, stefani.nick@navy.mil
(jorge.rosario@navy.mil, stefani.nick@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment B- Pricing Sheet Attachment A- Helo and Mission Summary Attachment 03- DD254 Attachment 02- Daily Operational Report [TEMPLATE] RFQ N00033-13-R-9010 The Detachment shall be Full Mission Capable, and equipped and trained to perform the following missions with a minimum of two (2) pilots (PIC and SIC) on board at all times. All missions are intended to be conducted under day VFR conditions. Daylight hours are defined as thirty (30) minutes before official sunrise to thirty (30) minutes after official sunset. Logistics and Passenger Support Missions: Operations involving cargo and/or passengers designated to be carried on the flight(s). When required, the Government will schedule flights to carry high priority cargo (including the carriage of hazardous cargoes) and/or passengers within the capabilities of the aircraft. All logistic and passenger operations shall be conducted entirely in accordance with 14 CFR Part 135 standards. The Government will provide a Flight Safety Aircrewman (FSA) to fly with Contractor for these missions. Torpedo/Drone Recovery Support Missions: Recovery support missions will consist of overwater recovery of BQM-74 aerial drone targets. Recovery is conducted in an open ocean environment in varying conditions and sea states. The Government will provide aircrew personnel to operate recovery equipment and perform all recoveries. The Program Executive Office, Integrated Warfare Systems' (PEO IWS) Commercial Air Services Torpedo/Drone Recovery Manual shall be strictly adhered to during all recovery operations. This Contract is conditioned upon the Contractor being a commercial air taxi operator within the meaning of the Federal Aviation Act (FAA of 1958, as amended); holding a current Air Carrier Operating Certificate in accordance with Part 135 and 133 of the Federal Aviation Regulations or equivalent Civil Aviation Authority (CAA). The Contractor shall have and maintain a current Commercial Airlift Review Board (CARB) certification for carrying Government passengers and cargo (32 CFR 861) throughout the contract performance period without interruption. he proposed contract provides for a helicopter Detachment to support Vertical Onboard Delivery (VOD) between ship and shore of government and contractor personnel and cargo in support of a U.S. Navy vessel's Combat System Ship Qualification Trial (CSSQT). These requirements include shipboard landings and drone/target recovery support, as directed by the Government or its authorized representatives. The Contractor shall provide all other equipment and supplies, necessary to perform the flight operations and required services. It is anticipated that the Detachment will provide approximately twenty (20) hours of flight support in the Virginia Capes Operating Area for a period of approximately eight (8) days beginning 07 March 2013 and ending 14 March 2013. The resulting contract will be a competitive firm-fixed-price contract awarded in accordance with FAR Part 12, "Acquisition of Commercial Items," conducted using the procedures using simplified acquisition procedures under the Special Test Program (FAR 13.5). Award will be made on a lowest-priced, technically acceptable basis in accordance with FAR 52.212-2 of the RFQ. Services are being procured by: Military Sealift Command, Washington DC Contracts & Business Management Directorate (N10) 914 Charles Morris Court SE, Building 157 Washington Navy Yard, DC 20398 Anticipated Award Date: 21 Feb 2013
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-13-T-9010/listing.html)
- Place of Performance
- Address: Landmark Aviation, Norfolk and Virginia Capes Operating Area, Norfolk, Virginia, 23502, United States
- Zip Code: 23502
- Zip Code: 23502
- Record
- SN02979563-W 20130207/130205234147-7b3837668da5166a0832aae609e9a5ac (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 |