Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
SPECIAL NOTICE

V -- North Warning System Fixed-Wing Heavy Airlift - App 2 - App 1 - NWS PWS

Notice Date
2/13/2018
 
Notice Type
Special Notice
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 129 Andrews Ave, STE 110, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4890-NWS-HEAVY
 
Archive Date
5/20/2018
 
Point of Contact
Christin L. Lockhart, Phone: 7577649154, Marlese Yelardy, Phone: 7572251583
 
E-Mail Address
christin.lockhart@us.af.mil, marlese.yelardy@us.af.mil
(christin.lockhart@us.af.mil, marlese.yelardy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS App 1 App 2 THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This announcement closes at 4:00 p.m. Eastern Time on Tuesday, 20 February 2018. The Government is seeking inputs from US Firms only. The applicable North American Industry Classification System (NAICS) for the requirement is 481211 (Nonscheduled Chartered Passenger Air Transportation). Interested parties must be registered under NAICS 481211 in SAM (System for Acquisition Management) at www.sam.gov. The Government plans to consider all information submitted in response to this RFI. Air Combat Command, Acquisition Management and Integration Center (AMIC), Joint Base Langley Eustis, VA, is in the process of determining a potential acquisition strategy due to changing technical requirements to obtain non-personal services for the North Warning System (NWS) Fixed-Wing Heavy Airlift support contract with performance in Canada. For this requirement, the Contractor shall provide all personnel, services, equipment, tools, oil, facilities, supervision and direct materials necessary for the performance of the air transportation services hereunder, including sufficient number of ground personnel for adequate maintenance and ground operation, except as other noted in the Performance Work Statement (PWS). The contractor must also obtain overflight approvals from Transport Canada. The contractor's pricing should include all costs of performance (including spares, aircraft basing, lodging, crew rotation costs and aircraft heaters sufficient to support operations in an Arctic environment) and costs for fuels handlers, except for items covered under reimbursable expenses. This PWS provides the technical and program management requirements for the full spectrum of United States Air Force (USAF) directed NWS airlift efforts. Performance will consist of a Phase-In/Transition period (TBD), (1) base period and one (1) one-year option period. The Government anticipates making an award on/about 01 June 2018 with performance estimated to begin on 01 July 2018 should we proceed with an acquisition. Please note: These timeframes are estimated and it is the responsibility of the interested parties to monitor the Federal Business Opportunities Website at www.fbo.gov for all subsequent postings. A draft PWS is posted in conjunction with this notice to provide the size, scope and complexity of this requirement. This is not a formal Request for Proposal (RFP), an no contract will result from this notice, nor does it commit the Government to any acquisition for these services. All interested parties should submit a capabilities package (please limit to no more than 10 pages total) outlining your company's key capabilities and any past performance relevant to this requirement found in Attachment 1. Please submit the requested information to this office by NLT the closing date and time (20 February 2018, 4:00 p.m. EST) to Al Stephens ( albert.stephens.2@us.af.mil ), TSgt Korey Randgaard ( korey.randgaard@us.af.mil ) and Christin Lockhart ( christin.lockhart@us.af.mil ). Include the following information in your response: Name of Organization Business Size Address Telephone Number Point of Contact Email Address Cage Code DUNS Number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-NWS-HEAVY/listing.html)
 
Place of Performance
Address: Canada, Canada
 
Record
SN04820954-W 20180215/180213231151-0a15f931ec92995f353fdc051a2bdbb2 (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.