SOLICITATION NOTICE
V -- INL Bogota - Helicopter Wet Lease IDIQ
- Notice Date
- 9/26/2020 9:01:42 AM
- Notice Type
- Presolicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM20R0366
- Archive Date
- 10/23/2020
- Point of Contact
- Juan Fernandez
- E-Mail Address
-
fernandezjm@state.gov
(fernandezjm@state.gov)
- Description
- The US Department of State, Office of Acquisitions Management, intends to solicit offers for the services described below. Information included in this notice, including any tentative milestones, is preliminary in nature and subject to change. Actual requirements will be described in the solicitation document which will be posted to beta.SAM Contract Opportunities. INL BOGOTA HELICOPTER WET LEASE MULTIPLE AWARD IDIQ Services to be provided under this IDIQ include the lease of medium or heavy lift rotary wing aircraft for the transport of passengers, equipment and/or supplies of Class I - X to support several INL Bogota programs logistical support requirements. The focus of effort will be the Manual Eradication Program transporting Colombian National Police (CNP) eradication personnel, contracted civilian coca eradicators, representatives of the Colombian Territorial Consolidation Administrative Unit (CTCAU), personnel from US Embassy INL Bogota, manual eradication equipment and supplies, with as required support to the INL Rural Security and Base Security Programs; transporting CNP and INL personnel, equipment and supplies throughout Colombia or as directed by the CO in support of other INL Bogota vertical lift logistical support requirements. Aircraft utilized to support this contract must be registered by the CAA and maintained on the Contractor�s Operations Specifications.� Contractor operator must hold a valid CAA Air Operations Certificate for commercial charter on-demand rotary-wing operations. Aircraft utilized to support this requirement shall be 25 years or newer from original manufacture date. Each Aircraft shall meet, at a minimum, CAA safety requirements for installed equipment as required by the CAA RAC Part 135 or Colombian equivalent.� It is the Contractor�s responsibility to ensure additional survival equipment appropriate for the environment and mission meets or exceeds CAA regulation.� Contractor shall at all time operate under daytime Visual Flight Rules (VFR). To support� missions that involve the transport of DoD personnel offeror must be an approved DoD air carrier, as determined by HQ AMC/A3B and the Civil Airlift Review Board (CARB), and once awarded shall maintain this approval throughout the period of� performance of the contract. Aircrew members and aircraft maintenance personnel must be licensed for their respective positions by the CAA. Passenger/Payload Capability Requirement. Contractor must provide Hover Out of Ground Effect proofs using aircraft Flight Manual performance charts and a standard HOGE data sheet to confirm the following minimum capabilities: At 0 feet Mean Sea Level (0 Feet MSL) and 20 degrees Centigrade and with a minimum of 1.5 hours of cruise fuel plus 45 minutes of reserve fuel with a minimum of 20 passengers plus baggage (planning weight of 400 pounds for 1 pax and baggage), or a minimum 8000 pounds of internal cargo, or a combination of passengers and cargo, with a total combined minimum internal load of 8,000 pounds At 7,000 ft PA, 20 degrees Celsius and with a minimum of 1.5 hours of cruise fuel plus 45 minutes of reserve fuel with a minimum of 15 passengers plus baggage (planning weight of 400 pounds for 1 pax and baggage), or a minimum 6000 pounds of internal cargo, or a combination of passengers and cargo, with a total combined minimum internal load of 6,000 pounds. ADDITIONAL INFORMATION The US Department of State intends to award no more than two (2) IDIQ contracts with an ordering period of five (5) years and a combined IDIQ contract maximum of $50 million for the provision of the services previously described. Task orders will be placed following the fair opportunity procedures described in the IDIQ contracts. This acquisition will be conducted on a full and open (i.e. unrestricted) basis. Other than small business concerns will be required to submit a small business subcontracting plan. To be eligible for award, Contractors must be registered in the System for Award Management (SAM). Prospective offerors should continue to monitor beta.SAM Contract Opportunities for additional information. The Department expects to post the solicitation no later than October 23, 2020. The Government will not consider nor respond to questions or inquiries submitted prior to the posting of the solicitation. ��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3dc7fe835bbc41c1aa4040beeb4208a6/view)
- Place of Performance
- Address: COL
- Country: COL
- Country: COL
- Record
- SN05812024-F 20200928/200926230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |