Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2022 SAM #7364
SOURCES SOUGHT

99 -- NSF Medium Aircraft Sources Sought

Notice Date
1/27/2022 6:57:42 AM
 
Notice Type
Sources Sought
 
Contracting Office
IBC AVIATION MANAGEMENT (00080) BOISE ID 83706 USA
 
ZIP Code
83706
 
Solicitation Number
DOIDFBO220014
 
Response Due
2/21/2022 7:00:00 AM
 
Archive Date
03/30/2022
 
Point of Contact
Paula Teague
 
E-Mail Address
paula_teague@ibc.doi.gov
(paula_teague@ibc.doi.gov)
 
Description
Amd to SS Delete attachment. The Department of Interior, Interior Business Center, Acquisition Services Directorate is requesting qualified and capable offerors to respond to this Sources Sought as a means of conducting market research to identify parties having an interest in and the capability to support requirements for any of the services listed below. NAICS code-481219 Other Non-Scheduled Air Transportation FSC- V121- Air Charter Service for Things This requirement is for two (2) seasons (approximately December to January Fiscal Year 2023 and December to January Fiscal Year 2024). A successful contractor will be required to provide exclusive use flight services and support operated and maintained by qualified personnel in Antarctica for the National Science Foundation (NSF) research activities of the United States Antarctic Program (USAP). Contractor provided services shall utilize fully functional aircraft equipped to meet the Minimum Aircraft specifications listed below. Flight crews must meet Department of Interior, Office of Aviation Services training and carding requirements for Glacier Landings � Skis. Previous experience in Antarctica for key crewmembers is essential. The primary role for the aircraft will be survey flights flown from the South Pole in support of the Center for Oldest Ice Exploration (COLDEX). The aircraft will be configured with an antenna array and in-wing cable raceways to allow the aircraft to be used for remote sensing activities. These services are considered to be Commercial IAW FAR 2.101. The Government is contemplating a two-year, firm-fixed-price contract for one medium airplane for the required exclusive use period for each year. The Antarctic environment is characterized by very hostile, life threatening, operating conditions that consist of high winds, cold temperatures, and minimal facilities for maintenance and support operations. Experience in these harsh conditions is essential to safe operations and warrants significant considerations to support aviation operations in the Antarctic. Other conditions that may affect the acquisition are the risk of the unknown. Vendors interested in submitting a capability statement in response to this Source Sought must have experience in this environment other than by reading publications. Operations will be conducted at significant distances from the United States and inaccessible to resources to maintain daily operations, therefore, a prospective contractor must show experience in maintaining a small fleet of aircraft at remote locations with limited to no support capabilities. The contractor shall be experienced and capable of providing fully contractor-operated and maintained flight services to programs that are considered to be similar in nature to the missions of the National Science Foundation�s US Antarctic Program. The contractor must maintain an Airworthiness Certificate IAW 14 CFR Air Carrier Certificate or Operating Certificate and have engineering support for continued air worthiness from the current to the supplemental certificate holder. All aircraft and equipment must be FAA approved and carded by the Department of the Interior�s Office of Aviation Services prior to deployment. The contractor is responsible for and must comply with all laws and regulations, and otherwise have or obtain all needed licenses, permits, and certifications, including, but not limited to, those necessary for the carriage of persons or property for hire for the extent and locations outside of United States to support this requirement. The Contractor is responsible for obtaining all country clearances necessary to deploy its airplane to Antarctica. MINIMUM AIRCRAFT REQUIREMENTS Medium Multiengine Fixed Wing Utility Ski Plane (Qty 1) a) Must have a Standard Airworthiness Certificate. b) An aircraft make and model for which engineering and logistical support, for continued airworthiness, is provided from the current type certificate holder or supplemental type certificate holder. c) Aircraft must be approved for use with AN8, JP8, and JP5 fuel. d) Approved for flight into known ice. e) Approved for operations to minus 54� Celsius (C). f) Approved for takeoffs and landings at 12,500 pressure altitudes (PA). g) Maintain 2.4% second segment gross climb gradient single engine at maximum gross takeoff weight, 5,000 feet PA and 5�C in the clean configuration (no skis, standard doors and windows installed and no external sensors). h) 180 knots true airspeed at 10,000 feet PA and minus 5�C in the clean configuration. i) Range of 1,900 nautical miles with 30-minute fuel reserve at optimum altitude and airspeed/power for maximum range at maximum takeoff weight (MTOW), fuel 6.7 pounds/gallon in the clean configuration. j) Payload of 7,000 pounds, equipped in accordance with this contract, to include skis, two pilots (360 pounds) with three hours of fuel (6.7 pounds per gallon). k) Seating for eighteen passengers in a standard approved seating configuration. l) Capable of taking off from and landing on unprepared areas. m) Must have approved STC for the KU fuselage mounted UWB antenna assembly. To ensure ownership and the ability to operate each aircraft proposed, offerors will be required to submit the following certificates/operations specifications at the time of proposal. 1. Air Carrier Certificate 2. Operations Specifications Sections a) A003 Aircraft Authorization b) B034 IFR Class I Terminal and En route c) B036 Remote Navigation using M-LRNS d) B040 Operations in areas of magnetic unreliability e) B050 Authorized Areas f) D085 Aircraft Listing This and other supporting documentation will be mandatory at the time of proposal. Foreign equivalency will be considered. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name 2) Address 3) Email address 4) Web site address 5) Telephone number 6) Size and type of ownership for the organization 7) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, equipment, and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements, as well. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, DEPEND ON HOW THIS REQUIREMENT WILL BE PROCURED. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought no later than 21 Feb 2022, 0800 MST. All responses under this Sources Sought must be emailed to Paula Teague at paula_teague@ibc.doi.gov. The emailed response shall have the subject of NSF COLDEX Capability Response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bf201d7e7823421495edf4057d9880d4/view)
 
Record
SN06226972-F 20220129/220127230116 (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 |
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.