SPECIAL NOTICE
F -- Multi-Mission Airtanker (MMA) Services
- Notice Date
- 7/19/2016
- Notice Type
- Special Notice
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- 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
- SN-2016-13
- Archive Date
- 8/18/2016
- Point of Contact
- Matthew D. Olson, Phone: 208-387-5835
- E-Mail Address
-
mdolson@fs.fed.us
(mdolson@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Submittal of information: The information requested by this RFI shall be provided, in writing (electronic), by close of business (4:00 p.m. Mountain Time) August 3, 2016 to the following address: U.S. Forest Service National Interagency Fire Center (NIFC) 3833 South Development Avenue Attn: Mr. Matt Olson, Owyhee Building 106, Suite 1101-1 Boise, Idaho 83705-5354 or mdolson@fs.fed.us, Synopsis: This Request for Information is for Market Research and Planning purposes only. Classification Code: F003 NAICS Code: 481212 - Non-Scheduled Chartered Freight Air Transportation Business Size Standard: 1,500 employees THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. This RFI is for planning purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. Responses to this RFI will not be returned. Whatever information is provided in response to this RFI may be used to assess tradeoffs and alternatives available for future needs. The information provided may be utilized by the US Forest Service in developing its acquisition strategy and in its Statement of Objective, Statement of Work, and/or Performance Specifications. The information resulting from this RFI may be included or combined with other submissions in one or more options considered in the analysis of alternatives. Any proprietary information that is submitted may be used in establishing requirements of the future system but specific information will be safeguarded as proprietary. Contracting Office Address: Owyhee Building - MS 1100 3833 S. Development Ave. Boise, ID 83705 Primary Point of Contact: Matt Olson, Contracting Officer mdolson@fs.fed.us 208-387-5835 Technical Point of Contact James Fa'asau, National Airtanker Program Manager, Aviation jfaasau@fs.fed.us 208-387-1505 Description: The purpose of this announcement is to obtain market research regarding interested vendors/contractors who are capable of providing airtanker services utilizing a Multi-Mission Aircraft (MMA) with the following capabilities. The USFS is requesting information for aircraft to operate primarily as an airtanker, but also serve in a multi-mission capacity. This Multi-Mission Aircraft (MMA) will be contractor owned, operated and maintained by FAA qualified, FAA current, proficient and approved personnel, and equipped to meet specifications described below. Primary use of this aircraft will be as an airtanker for Initial Attack (IA) of wildfires. As an airtanker it is expected to carry a minimum of 3000 gallons of retardant to fires in the beginning stages of fire initiation for anticipated missions of one hour or less. The MMA will also be capable of critical cargo and personnel transport in support of Forest Service and interagency fire suppression efforts. During the mandatory availability period (MAP) the aircraft shall be made available for the exclusive use of the government. Aircraft must be turbine powered and have been issued a Standard Airworthiness Certificate and shall meet the following: a)Federal Aviation Administration (FAA) Supplemental Type Certificate (STC) that allows for the dropping of retardant on wildland fires (i.e. aerial dispersant of liquids); or Original Equipment Manufacturers (OEM) or equivalent approval for the aircraft for aerial dispersant of liquids b)An OEM or equivalent Structural Integrity Program for the firefighting role, meeting the requirements of 14 CFR 25.571 at Amendment Level 54 or higher. The maintenance and inspection required by the SIP shall be performed by the offeror's FAA approved 145 Repair Station or their 121 maintenance organization. c)Aircraft must be able to be pressurized during non-retardant carrying flights per (§ 25.841 Pressurized cabins). d)All weather operation, including day and night operations, and icing conditions IAW FAR 14 CFR 25.1419. e)Service Ceiling - 28,000 ft. minimum based on optimum aircraft performance. f)Airtanker Mission: Payload of at least 34,000 pounds plus 3 hours and 30 minutes (3.5 hours) of useable fuel, not including reserves, per manufacturer's direction while considering fuel management. g)Multi-Mission Payload of at least 15,000lbs, with a non-stop range of 2,100 nm at 28,000 feet ISA. h)Minimum Cruise airspeed of 300 knots true airspeed at 20,000 MSL. i)Modified to accommodate an internal 3,000 U.S. gallons or greater gravity retardant tank system with retardant weighing 9.0 lbs. per gallon. (The aircraft shall have this dimensional and performance capability). The tank shall be Interagency Airtanker Board (IAB) approved. j)Have a minimum dimensional capacity to fit a minimum of 40 passengers with cargo. (265 lbs per pax. This total is pax weight plus gear). k)Have the capability to be configured from the airtanker to passenger/cargo configuration, and vice-versa in four (4) hours. l)Have a minimum, unobstructed cargo payload area of 480 inches long, 103 inches tall and 108 inches wide. m)Be capable of on-load and off-load of cargo payload at ground level through a hydraulically actuated cargo ramp or door without the use of specialized ground handling equipment. n)Equipped with a door incorporating stairs allowing loading and unloading of passengers without GSE external stairs. o)Equipped for single point refueling capability. p)Equipped such that external GPU assistance is not required to start the engines, electrically power the aircraft. The ability to heat and cool the cabin from an external source is preferred but not required. REQUESTED INFORMATION: Vendors/contractors who respond to this Request for Information (RFI) are requested to provide all of the following information in writing and in accordance with the directions below: 1.Company name 2.Company mailing address 3.Company point of contact (name & title) 4.Point of contact's telephone numbers (office & fax) 5.Company's size standard (Large, Small, Veteran Owned, Etc.) for the NAICS 481212 6.Proposed Aircraft Details (Make, model, tank capacity, passenger capacity, etc.) 7.Current certifications completed. 8.Certifications pending. Additionally, all interested vendors/contractors shall also provide a Rough Order of Magnitude (ROM) that includes the following: COST ESTIMATES TO INCLUDE: •Proposed daily availability based on 90, 120, and 160 days. •Proposed flight rate, dry (government furnished fuel) •Fuel burn rate for the LAT mission. PROVIDE ANY OTHER PERTINENT INFORMATION RELATING TO THIS RFI THAT WILL ASSIST THE GOVERNMENT IN ADJUSTING THE CURRENT SPECIFICATIONS FOR A POTENTIAL FOLLOW-ON SOLICITATION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/024B/SN-2016-13/listing.html)
- Place of Performance
- Address: Nationwide, Administered:, Owyhee Building - MS 1100, 3833 S. Development Ave., Boise, Idaho, 83705, United States
- Zip Code: 83705
- Zip Code: 83705
- Record
- SN04188021-W 20160721/160719235010-c85fabd24a0749ea2552727ff468e479 (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 |