Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
MODIFICATION

V -- Airlift Support Services

Notice Date
2/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-RFI-ALSS
 
Response Due
2/13/2014
 
Archive Date
4/6/2014
 
Point of Contact
Jason W. House, 928-328-6355
 
E-Mail Address
MICC Center - Yuma Proving Ground
(jason.w.house@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Airlift Support Services, Yuma Proving Ground, Yuma, AZ Invitation for Industry Comments The Mission and Installation Contracting Command (MICC) at Yuma Proving Ground (YPG) has a requirement for Airlift Support Services at Yuma Proving Ground, Yuma, AZ. This Request for Information (RFI) is for Market Research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the MICC-YPG. The purpose of this notice is to identify potential sources that may be interested in, and capable of, performing the work described herein, as well as, solicit industry feedback relative to various aspects of the proposed contract effort. A draft Performance Work Statement (PWS) is provided for reference, and industry comment, and, is subject to significant change. The draft PWS can be found on the following website: http://www.yuma.army.mil/site_contracting.asp The services anticipated for this effort may include, but not be limited to, the following functions: The contractor shall provide services by supplying a C-130 or equivalent type aircraft with the following equipment: Operable UHF and VHF radios (preferably two of each). Operable flight deck and cargo compartment oxygen systems with the capability of supporting a supplemental oxygen system. Ability to operate at altitudes up to 25,000 feet mean sea level. Fully functional/operable A/A32H-4A Cargo Handling System. Ability to deploy. Personnel and parachutes (static-line or free-fall) from either the troop door(s) or ramp. Paratroop door bundles up to maximum weight of 500 lbs. and maximum dimensions of 48 quote mark x30 quote mark x66 quote mark. Ramp bundles (A-7A and A-21 containers) up to maximum dimension of 83 quote mark x 48 quote mark. Maximum of 16 ea. A-22 Container Delivery System (CDS) bundles up to a maximum height of 83 quote mark (unless specific rigging procedure authorizes it) and rigged weight of 2328 lbs utilizing YPG provided, Center Line Vertical Restraint System (CVRS)/Buffer Stop Assembly (BSA), or non-CVRS procedures. Type V airdrop platforms, 8 - 32 feet in length, weighing up to 25,000 lbs or more. Ability to accept and deploy 463L pallets. Operable rear cargo ramp and paratrooper doors. Serviceable (*) static line retriever winch(s). Serviceable (*) paratroop anchor cables and center anchor cable supports (A-frame assembly). Fittings to install up to a full set of intermediate roller conveyors. Serviceable (*) paratroop jump platforms. Serviceable (*) paratroop jump lights. Serviceable (*) cargo compartment tie down rings. Capable of responding to test support request within 24 hours. NOTE: (*) IAW: USAF TO 1C-130A-9 Operate within established Standing Operating Procedures and/or field manuals for various systems. Attend pre-flight and post-flight mission briefings The contractor shall provide suitably trained personnel for aircraft loading operations. The aircrew shall execute the mission profile and maintain communications as required in the mission brief. Contractor Manpower Reporting for ALL contractor manpower, including subcontractor manpower. Interested vendors shall provide a capabilities statement based on the identified requirements. In addition, the capabilities statement shall address the following: Information Sought: (1)Are there any certifications required to fly Government personnel or materials that we have not listed in the PWS? (2)What is Industry Standard for quantifying Fuel usage? Gallons? Tons? Please explain. (3)Contract Type: Firm-Fixed Price (FFP) business agreements are preferable to the Government. The Government anticipates a hybrid business arrangement consisting of either a FFP with Economic Price Adjustment (EPA) Contract Line Item Number (CLIN) for Fuel, or FFP with a Cost Reimbursable CLIN for Fuel. Based on the draft PWS and Industry practice, is there sufficient data to support one business arrangement over the other? Would there be a financial impact to your company if the award was made solely on a FFP basis with no EPA or Cost Reimbursable CLIN for fuel? How would your company handle fluctuations in fuel prices if the contract was awarded on a FFP basis? Please describe your rationale. (4)Please address any areas within the draft PWS where you believe greater efficiencies can be achieved and include your rationale. (5)Identify all socio-economic categories (i.e. small business, veteran owned small business, service disabled, veteran-owned small business, HUBZone small business, Small disadvantaged business, and women owned small business) that apply to your company under North American Industry Classification System (NAICS) code 481212 - Nonscheduled Chartered Freight Air Transportation. (6)Does your company regularly engage in the business of providing the management and operation of airlift support services which include the functions listed above? Identify similar functions your company is performing or has performed within the last three years that are similar to the functions identified above and in the draft PWS. Identify the contract type and dollar value as well. (7)Is your company successfully performing same or similar contracts? Provide examples regarding how successful performance is being accomplished. Examples or indicators of successful performance as measured by the percentage of award fee given; favorable past performance ratings; the absence of Contract Discrepancy Reports (CDRs); no deductions to contract price for defective services; no Cure/Show Cause Notices; or, all Option Periods exercised. (8)What risks (cost, schedule, performance/technical) are associated in the performance of this requirement? How would your organization minimize these risks? Please include your rationale. (9)Are the functional areas identified within the draft PWS customarily performed in the commercial marketplace using standard commercial practices, or are these services performed exclusively for Government purposes? The MICC -YPG does not intend to award a contract on the basis of the responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC - YPG review of the information received. The information obtained from the RFI will be utilized as market research for consideration in development of the Acquisition Strategy/Plan for this requirement. Interested sources shall provide feedback in writing no later than 5:00 PM MST, 13 February 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ede19baf198bcc14b524bd1229bd35f)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN03282084-W 20140207/140205234524-3ede19baf198bcc14b524bd1229bd35f (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.