Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2016 FBO #5237
SOURCES SOUGHT

V -- SOCOM Non Standard Rotary Wing Request for Information - NSRW RFI

Notice Date
3/24/2016
 
Notice Type
Sources Sought
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-16-R-NSRW
 
Archive Date
4/22/2016
 
Point of Contact
Marc L. Huizinga, Phone: 8138266526
 
E-Mail Address
marc.huizinga@socom.mil
(marc.huizinga@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Same RFI Document in MS Word Format Support to Non-Standard Rotary-Wing Operations in West Africa Contracting Office: Headquarters, United States Special Operations Command (USSOCOM), Special Operations Forces, Acquisition Technology & Logistics (SOF AT&L), Directorate of Contracting (SOF AT&L), 7701 Tampa Point Boulevard, MacDill AFB, FL 33621. NAICS Code: 481212 -Nonscheduled Chartered Freight Air Transportation Title: Support to Non-Standard Rotary Wing Operations 1. This Request for Information (RFI) is NOT a solicitation for proposals, proposal abstracts, or quotations. This RFI is for market research and is issued in accordance with Federal Acquisition Regulation (FAR) 10.001. Issuance of this notice does not constitute any obligation or commitment on the part of the U.S. Government (USG) to issue a solicitation or to award a contract now or in the future. The Government does not intend to award a contract on the basis of this special notice. Submitting information for this RFI is voluntary. Participants will not receive payment for any submittals. Although "proposal" and "offeror" are used in this Request for Information, responses will be treated as information only. No funding is currently allocated nor has a formal requirement been validated for the support outlined in this document. This RFI and its associated vendor responses are for planning purposes only. 2. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government and Federally Funded Research and Development Center (FFRDC) use only. 3. United States Special Operations Command (USSOCOM) is conducting market research on support options for Non-Standard Rotary-Wing (NSRW), using West Africa as a location to model the research. User objectives for a NSRW support capability as described in Paragraph 4 of this RFI. Your submission should include cost, schedule, assessment of feasibility, and a description of how you intend to meet the objectives. 4. USSOCOM has an interest in contract support to NSRW capabilities for TSOCs. Using the West Africa AOR as a model, the contractor would support a detachment of two light utility helicopters (such as AS350 or Bell Ranger families) at a single designated operating location. The contractor would provide the aircraft and support personnel. The aircraft would be operated by US Army personnel in support of US and partner forces in the country where the aircraft are based. The contract support would need to accomplish the following core and supporting tasks in the specified context, conditions, and timeframes: A. Core tasks 1. Position 2 light utility helicopters configured for day/night with US registration and markings at a designated primary operating location. Aircraft must be NVG compatible. 2. Sustain the 2 helicopters operated by US Army aircrews for a period of 12 months. 3. Maintain an operational readiness rate of at least 80% for each aircraft. 4. Sustain a maximum tempo of 10 flight hours per aircraft per day. 5. Sustain a minimum tempo of 50 flight hours and a maximum of 100 flight hours for the fleet each month. 6. Sustain operations during day and night, weekdays and weekends. 7. Provide all maintenance and sustainment services to achieve objective operational readiness rate. The operational environment ranges from desert plains to mountainous. 8. Provide all personnel, supervision, and other non-personal services necessary to achieve objective operational readiness rate. 9. Provide all equipment, materials, spares, supplies, and other items necessary to achieve objective operational readiness rate. 10. Provide all fuel and consumables required to achieve the objective operational readiness rate. 11. On 40 hours' notice, send a contractor support team to an austere forward operating location for up to 7-10 days operation once every 60 days. 12. Support an alert posture on mission days with a 4 hour response time in a 24 hour period. 13. Support an alert posture with a 30 minute response time for up to 8 hours. B. Supporting Tasks 1. Provide all transport to the primary operating location for helicopters, contractor personnel, and materiel. 2. Reposition the aircraft, contractor personnel, and materiel at the conclusion of the contract. 3. Rotate helicopters, contractor personnel, and materiel as necessary during the life of the contract. 4. Sustain contract personnel at or near the primary operating location, to include accommodation, local transport, translators, security outside the operating location, medical support, supply, and administrative support. 5. Recover damaged or destroyed aircraft without assistance from the USG and replace the damaged or destroyed aircraft within 30 days. 6. Comply with all requirements pertaining to air carriers codified in DoD Instruction 4500.53, Commercial Air Transportation Quality and Safety Review Program. 7. Comply with the Fly America Act, found in FAR 47.4. 8. Comply with all Federal Aviation Administration requirements or equivalent Civil Aviation Authority requirements in the host nation. 9. Comply with all additional DoD standards as published on the following site: http://www.amc.af.mil/library/businesscustomers.asp. 10. Comply with DoD security regulations and directives, including but not limited to DoD Anti-Terrorism Standards, Information Security Program, Physical Security Program, National Industrial Security Program, and Information Assurance Program. C. Context 1. Developing country with austere living conditions. 2. Permissive political environment with support from the host nation government. 3. Uncertain security environment typical of many developing nations, with random and targeted crime a significant concern for expatriates. 4. Primary operating site will be an airport or airfield secured by partner nation forces or contracted forces. 5. Routine missions would take place in permissive environment. 6. By exception, in extremis requirements may involve US personnel operating the aircraft in uncertain or non-permissive landing zones D. Conditions 1. Flying conditions will be austere and may require operations in high/hot conditions, poor weather, nighttime/NVG, and degraded visual environments. 2. US or partner forces would provide security at the primary operating site and forward operating sites. 3. USG would provide personnel to load and unload the aircraft. 4. DoD would obtain theater and country clearances. 5. USG would obtain overflight and landing clearances. 6. USG would obtain hazardous cargo clearances. 7. USG would pay landing fees. 8. Contract would include a cost reimbursable line item for Defense Base Act insurance. E. Timeframes 1. Initial period of 12 months with up to four one year options totaling 48 additional months. Potential total duration 60 months. 2. The contractor shall be on call seven days per week to provide a minimum of 50 flight hours and a maximum of 100 flight hours per month for the fleet. 3. The aircraft may be scheduled any day, including weekends. 5. In particular, the Government is interested in the following information to be provided in your response: a) Describe the capability your company can provide in relation to the objectives in paragraph 4. b) Estimate the number of personnel you would expect to maintain at the primary operating site and the working infrastructure required (hangars, workspace, etc.) c) Include a discussion of any USG requirement that you believe are incompatible, unachievable or significant cost drivers (possibly unaffordable) and the rationale. d) Responses should also address vendor requirements/concerns for their participation in a potential future demonstration to include any safety concerns/considerations, facility requirements, frequency requirements, electrical power requirements, fuel requirements, etc. e) A rough order of magnitude (ROM) cost estimate, broken out by major cost elements. This information may be used to facilitate an understanding of the different tasks. f) A notional schedule to include the major milestones necessary to complete the requirement described here-within. This should include a realistic estimate of "ramp-up" time to facilitate any delivery/set-up of the capability in country and when the airframes would be ready for use. 6. Responses to this RFI shall be limited to 15 pages in length not including the cover page or exhibits (including pictures within the text). Please provide a quad chart, showing an overview of your system; which does not count toward the overall page count limitation. Classified information, if required to be submitted, shall be provided to the Government in a separate annex and shall be handled, labeled, and stored in accordance with the National Industrial Security Program Operating Manual (NISPOM). See below for transmittal instructions. Responses should be e-mailed to the POCs listed below. If the response contains proprietary sensitive material, the submittal must be clearly labeled "Proprietary Sensitive Material". Proprietary sensitive material will be protected from disclosure. FFRDC personnel may be used to objectively review a particular functional area and provide comments and recommendations to the Government. Submissions in response to this RFI constitute approval to release the entire submittal to FFRDC personnel and Government support contractors. 7. Responses must be received no later than 1700 Eastern Standard Time (EST) on Thursday, 7 April 2016. Responses should be emailed to Marc Huizinga at marc.huizinga@socom.mil. Classified information can be sent via Registered Mail or FEDEX to HQ USSOCOM, Attn: MAJ Shane Morris 7701 Tampa Point Blvd MacDill AFB, FL 33621-5323. If you are planning on submitting classified information, please contact the Contracting Officer prior to submittal/FEDEX'ing. Any Technical or administrative questions should be directed to the Contracting Officer, Marc Huizinga, marc.huizinga@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-16-R-NSRW/listing.html)
 
Record
SN04062103-W 20160326/160324235257-6fa1b200c3cb1e3210632a8dfe4e4761 (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.