SOLICITATION NOTICE
W -- Forest Service ASM/Lead Plane Aircraft Lease - Draft Solicitation
- Notice Date
- 5/19/2016
- Notice Type
- Presolicitation
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- U.S. Forest Service, Contracting, Owyhee Building - MS 1100, 3833 S. Development Avenue, Boise, Idaho, 83705-5354, United States
- ZIP Code
- 83705-5354
- Solicitation Number
- AG-024B-S-16-9012
- Archive Date
- 6/3/2016
- Point of Contact
- Kellen Logan, Phone: 2083875361, Jason Baldwin, Phone: 208-387-5327
- E-Mail Address
-
klogan@fs.fed.us, jasonbaldwin@fs.fed.us
(klogan@fs.fed.us, jasonbaldwin@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Draft Solicitation Aerial Supervision Module/Lead Plane Synopsis Solicitation Number: AG-024B-S-16-9012 Notice Type: Presolicitation Synopsis: This solicitation is for the dry lease (aircraft only, without fuel, crews, or pilots) of FIFTEEN (15) aircraft and includes complete contractor provided maintenance support. The aircraft will be utilized by USFS National and Regional aviation groups for support of fire and aviation management activities. This solicitation and resultant commercial, Firm Fixed Price (FFP) type contract will be awarded for the dry lease of manufacturer built, dual-engine, turbine-powered aircraft. The Contractor shall make the aircraft available for year-round, exclusive use by Federal Government pilots for missions associated with supporting wild land fire suppression. Other types of work to a lesser degree will be resource management, passenger and cargo transportation, law enforcement, pilot training, pilot proficiency, and administrative activities. The ASM mission consists of directing and guiding large air tankers into a fire area, and as necessary, "leading" them during actual retardant drop. This means operating below 500 feet AGL in steep mountainous terrain in turbulent conditions. The aircraft may have other Government employees on board as an Air Tactical Group Supervisor (ATGS), an instructor, and/or trainee. Mission/Agency qualified Government pilots will operate all of these aircraft. The Contractor shall provide the aircraft and complete maintenance of the aircraft. The Government shall provide all of the fuel. The contractors shall provide all oxygen, petroleum, oils, and lubricants (POL) for the aircraft. The Government will operate in accordance with the United States Department of Agriculture Forest Service Manual FSM 5700 - Aviation Management and all applicable portions of 14 CFR Part 91. Minimum Aircraft Performance Requirements Useful Load: 800 lb or greater payload when fully equipped with 4 hours plus 30 minute reserve. Speed: Cruise speed of 230 knots or greater True Airspeed (TAS). Endurance: A flight endurance at maximum range power setting while maintaining four (4) hours plus 30 minute reserve or longer @ 14,000ft MSL @ ISA +20 Degrees C. Power Plant: The airplane must be in current production, dual-engine, turboprop, manufacturer built (no amateur or manufacturer built kit aircraft), new or used. The airplane must have auto feather or similar system capable of automatically feathering the propeller of a failed engine. If equipped with retractable landing gear, a gear warning horn silence button must be mounted on the pilot's yoke or power levers to facilitate silencing the horn with the flaps up or in an approach position regardless of power lever position. Performance: The airplane shall have a minimum maneuvering speed (Va) of 150 Knots Indicated Airspeed (KIAS) or greater. The aircraft must have a minimum controllable airspeed (Vmca) of 100 KIAS or lower, a single engine service ceiling of 12,500 feet or higher (pressure altitude and standard temperature) and the ability to maintain a single engine rate of climb at 120 KIAS or slower. The airplane shall have a maximum gross take-off weight of no more than 19,000 pounds. Environmental: Pressurized aircraft with environmental controls. A draft version of the solicitation has been posted along with this synopsis. For Questions concerning this announcement, contact: KELLEN LOGAN (208) 387-5361 klogan@FS.FED.US or JASON BALDWIN (208) 387-5327 jasonbaldwin@fs.fed.us Place of Performance: Nationwide, United States Primary Point of Contact: Kellen Logan Contracting Officer klogan@fs.fed.us (208)-387-5361 (208)-387-5384 (FAX) NAICS: 532411 Service Code: W015 Lease or Rental of Aircraft
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/024B/AG-024B-S-16-9012/listing.html)
- Record
- SN04123099-W 20160521/160519234840-ada8dceba1dce98f73ee91238cdf1f31 (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 |