SOURCES SOUGHT
V -- Afghanistan Fixed-Wing
- Notice Date
- 2/19/2015
- 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
- HTC711-15-ZR06
- Archive Date
- 3/14/2015
- Point of Contact
- Norleska Hannah, Phone: 6182206734
- E-Mail Address
-
norleska.hannah.civ@mail.mil
(norleska.hannah.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is for Afghanistan Fixed Wing service. There is no solicitation package available at this time. Aircraft will operate at various locations in the US Central Command (USCENTOM) Area of Responsibility (AOR) primarily in Afghanistan, however, may operate missions to alternate locations as agreed to. Aircraft must be listed, maintained, and operated in accordance with the air carrier's Federal Aviation Regulation (FAR) 135 certificate. Contractor must be DoD approved (obtain CARB certification from AMC). Operators are responsible for ensuring additional survival equipment appropriate for the environment and mission they are operating meets or exceeds FAR Part 135. Aircraft shall also be configurable for cargo, aero medical evacuation and night vision goggle (NVG) operations. Aircraft must be multi-engine, fixed-wing, pressurized, and capable of transporting cargo, passengers (pax), or a combination of cargo and pax in extreme hot and cold temperature conditions that include high altitudes with mountain ranges up to 15,000ft MSL. The Government requires passengers to carry a full complement of munitions and explosives necessary to execute their mission as well as other HAZMAT. Contractor shall carry HAZMAT in accordance with their DOT approvals and exemptions. The Aircraft must have a capability of easy loading of palleted cargo with dimensions of 48"x 88" x 50" and weighing 500lbs. Cargo may consist of CLASS I (Food and Water), CLASS II (General Supplies), CLASS III (Fuel), CLASS IV (Construction Materials), CLASS V (Ammunition-small arms only), CLASS VI (AAFES supplies), CLASS VII (Major End Items), CLASS VIII (Medical Supplies), CLASS IX (Repair Parts), or CLASS X (non-military goods such as humanitarian assistance items). Aircraft must be configured with Ultra High Frequency (UHF), Very High Frequency (VHF) radio, and Global Positioning Satellite (GPS). Blue Force Tracker or similar real-time satellite device and Emergency Locator Transmitter (ELT) are required on each aircraft. All aircraft must have satellite communications capability. Aircraft Type 1 must be able to: - carry at least 18 passengers with an alternate configuration for cargo only - change configurations as required - have the ability of easy loading palleted cargo (wide door). - transport cargo weighing a minimum of 4,000 lbs at +10C for a 400 mile stage length non-stop. - operate from a 4,000 ft unimproved runway at 5000 MSL with a 3,000lb load. - transport passenger/cargo in extreme hot/cold temperatures and conditions that include high altitudes with mountain ranges up to 15,000 ft AGL. (Note: Planning weight for passengers plus their baggage is 350 lbs. per person.) Aircraft Type 2 must be able to: - carry at least 18 passengers -have an ACL of 7,000 lbs. - be fully self-supporting with internal passenger stairs, pressurized cabin, auxiliary power unit (APU) for self-starting, and an industry standard lavatory equipped with running water and flushing toilet system. -take-off and land on prepared surfaced runways as short as 5,000 ft and able to operate into airfields as high as 8,000 ft MSL. Aircraft Type 3 must be able to: - carry at least 18 passengers. - be able to carry a maximum ACL of 7000 lbs. - be able to hold 2 litter patients and 8 support medical staff in aero medical evacuation configuration. - aircraft will be able to load a minimum of 2 litter patients in under 15 minutes. - be able to change configurations in 24 hours or less. 1. Please list all aircraft fitting the above aircraft type requirements. 2. Provide estimated monthly service, flight hour, positioning, and depositioning costs/rates for each dedicated aircraft. 3. Are the aircraft configured with Ultra High Frequency (UHF), Very High Frequency (VHF) radio and Global Positioning Satellite (GPS)? 4. Are the aircraft equipped with Blue Force Tracker or similar real-time satellite device and Emergency Locator Transmitter (ELT) on each aircraft compatible with the theater and users search and rescue capabilities? 5. Are the aircraft equipped with satellite communication capabilities? 6. Have you flown the aircraft (in response to question 1) for twelve continuous months in an austere environment? 7. Are aircraft listed, maintained, operated and certified in accordance with the air carrier's Federal Aviation Regulation (FAR) Part 135 air carrier? 8. Are aircraft properly equipped for night vision goggle (NVG) operations? 9. Describe your aircrafts aero medical evacuation capabilities. At this time, USTRANSCOM is NOT looking for proposals. NO SOLICITATION EXISTS AT THIS TIME. This RFI does not constitute an Invitation for Bid, Request for Proposal or a Request for Quotation and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. Responses to this RFI are due 27 February 2015, 4:00 P.M. (CT). Electronic copies can be submitted to norleska.hannah.civ@mail.mil. If you submit proprietary data, please mark it clearly with the appropriate markings. Further action on this anticipated requirement will be determined following review of the responses to this RFI. All correspondence regarding this RFI should be addressed to Norleska Hannah, Contract Specialist, USTRANSCOM/TCAQ-R, email norleska.hannah.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-15-ZR06/listing.html)
- Place of Performance
- Address: Afghanistan, Afghanistan
- Record
- SN03645698-W 20150221/150219234750-bf04e9e85330855c661d9433e3e033cb (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 |