SOURCES SOUGHT
V -- Airlift Support Services - PWS Attachment
- Notice Date
- 7/3/2018
- Notice Type
- Sources Sought
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R18Q0013
- Archive Date
- 8/21/2018
- Point of Contact
- Erik Reta, Phone: 928-328-6163
- E-Mail Address
-
erik.m.reta.civ@mail.mil
(erik.m.reta.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Airlift Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all large and small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 481212-"Nonscheduled Chartered Freight Air Transportation" size standard of 1,500 employees. Background: The Yuma Test Center Air Delivery supports developmental testing of parachute and aircraft technology for the DoD. During parachute test operations, the branch typically has a requirement to fly up to 12 mission weeks per year and each week is 4 days comprising of about 3 flight hours per day. It is important to note that the 12 drop week are not uniformly distributed through-out the year and are based on an as-needed basis. As such, the previous contract was an Indefinite Delivery Indefinite Quantity (IDIQ) contract based on the needs of the mission. Attached are the draft Performance Work Statement (PWS) with included Performance Requirements Summary (PRS) and Technical Exhibits with workload data. Please provide response no later than 7:00am MST, August 6, 2018. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement Airlift Support Services is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the approach draft PWS/PRS to acquiring the identified items/services. 8. Do you possess an FAA type certificate that allows you to conduct air delivery work including bundle, paratrooper and heavy equipment parachute air drop? 9. Do you currently possess a DoD air worthiness for military flight operations (including airdrop)? 10. Can you support an IDIQ contract? If so, please provide your cost per flight hour for 12 mission weeks per year (12 flight hours per week plus ferry time). Also, please provide your scheduling availability and an idea of your schedule flexibility (i.e. how much lead time would you need to fulfill a particular flight request?) Are there any times of the year that you are not available? 11. If you cannot support an IDIQ type contract, please provide an alternate contract type and your cost per flight hour for retaining your services for a minimum of 12 mission weeks per year. Also, please provide your scheduling availability and an idea of your schedule flexibility (i.e. how much lead time would you need to fulfill a particular flight request?) Are there any times of the year that you are not available? 12. What type of aircraft would you provide? Is the aircraft currently available for parachute drop operations? If not, please provide an idea of the timeline to obtain a fully mission capable airdrop aircraft.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9e32401cc73e7eb58c3a5c29d1445b00)
- Place of Performance
- Address: Yuma Proving Ground, Yuma, Arizona, 85365, United States
- Zip Code: 85365
- Zip Code: 85365
- Record
- SN04978395-W 20180705/180703230940-9e32401cc73e7eb58c3a5c29d1445b00 (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 |