SOLICITATION NOTICE
V -- VERTICAL REPLISHMENT DETACHMENT A
- Notice Date
- 1/16/2015
- Notice Type
- Presolicitation
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC DC N62387, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
- ZIP Code
- 20398-5540
- Solicitation Number
- N62387-15-R-8008
- Point of Contact
- Terri L Buonfigli, Phone: 7574435954, Stefani M Nick, Phone: 202-685-5962
- E-Mail Address
-
terri.buonfigli@navy.mil, stefani.nick@navy.mil
(terri.buonfigli@navy.mil, stefani.nick@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Military Sealift Command (MSC) Synopsis •1. Action Code: Presolicitation •2. Date: 16 January 2015 •3. Year: Fiscal Year 2015 •4. Contracting Office Zip Code: 20398-5540 •5. Classification Code: V - Transportation, travel and relocation services •6. Contracting Office Address: 914 Charles Morris Ct. SE, Building 157, Washington Navy Yard, DC, 20398-5540 •7. Subject: Vertical Replenishment & Rotary-Wing Logistic Services Detachment Alpha •8. Proposed Solicitation Number: N62387-15-R-8008 •9. Closing Response Date: TBD •10. Contact Point or Contracting Officer: Contracting Officer information is Stefani Nick, Stefani.nick@navy.mil, (202) 685-5962, Contract Specialist information is Terri Buonfigli, terri.buonfigli@navy.mil, (757) 443-5908 •11. Contract Award and Solicitation Number: N62387-15-R-8008 •12. Contract Award Dollar Amount: TBD •13. Contract Line Item Number TBD •14. Contract Award Date: TBD •15. Contractor: TBD •16. Description: The Contractor shall supply a Detachment to provide ship-based and/or shore-based VERTREP, rotary-wing logistic services. The Contractor shall provide all other equipment and supplies necessary to perform the flight operations and required services. The Detachment will be forward deployed worldwide for extensive periods at sea. It is anticipated that the Detachment will be primarily assigned to Combat Logistics Force (CLF) ships and used primarily to meet 5 th and 7 th Fleet requirements. Delivery is anticipated to be in Guam, however, operational requirements may dictate another location in 5 th Fleet. The Detachment will be required to perform missions at any time, day or night, on a 24-hour per day basis. It is anticipated that performance will begin on or about 01 October 2015, with initial performance including Dynamic Interface Testing (DIT) and Commercial Airlift Review Board (CARB) review, as required. The Detachment shall be equipped and trained to perform the following missions with a minimum of two (2) pilots on board each aircraft at all times while the ship is underway, and without interruptions or degradation of service: Vertical Replenishment (VERTREP) as defined in Joint Publication 3-04 (Joint Shipboard Helicopter Operations) to include movement of stores, ammunition and other high value cargoes; Visual Search and Rescue (SAR); Passenger (Pax) transfers for a minimum of five (5) pax and associated baggage in addition to Detachment aircrew; Medical Evacuation (MEDEVAC) capab le of carrying a minimum of one (1) patient, one (1) occupied litter, and a Government corpsman in addition to Detachment aircrew; Internal cargo movement capable of carrying at least one standard Navy pallet (40" x 48"); loaded (40" x 48" x 24") weighing up to 2,000 lbs; Dynamic Interface Testing (DIT) as defined in NAVAIRINST 3710.1F, NAVTESTWINGLANTINST 3710.7, and HX-21INST 3710.7. Hazards of Electromagnetic Radiation to Ordnance (HERO) or other Electromagnetic Environmental Effects (E3) Testing, to meet the requirements of MIL-STD-464C of 01 December 2010; and Ground School for two (2) Navy test pilots. MSC intends to award a contract whose performance period includes one (1) one-year base period and four (4) one-year option periods. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The solicitation will be made available through the Federal Business Opportunities (FBO) Website and the MSC 1102 webpage when available. •17. Place of Contract Performance: Delivery is anticipated to be in Guam; however, operational requirements may dictate another location in 5 th fleet. •18. Set-aside Status: The proposed acquisition will be not be set aside for small business concerns. •19. Rationale for Small Business Strategy (as required by ASN(RDA) Memorandum, Improving Communications During the Market Research Process, dated 2 June 2014): Market Survey from recent procurement was posted to the Federal Business Opportunities (FEDBIZOPPS) Webpage. The market survey included a synopsis of the requirement, and the opportunity to provide a capability statement. After review of the market survey responses and past procurements, MSC determined there is not a reasonable expectation to receive offers from two (2) or more small businesses. Therefore this requirement will not be set aside for small businesses. MSC's Small Business Office concurs with the determination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/04a55f5b53107fbb688ba99bf962cf82)
- Record
- SN03619092-W 20150118/150116234823-04a55f5b53107fbb688ba99bf962cf82 (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 |