SPECIAL NOTICE
F -- National Smokejumper Aircraft Services Bridge Contracts
- Notice Date
- 1/26/2024 11:50:51 AM
- Notice Type
- Special Notice
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- FOREST SERVICE US
- ZIP Code
- 00000
- Solicitation Number
- 1202SA24Q9100
- Response Due
- 2/9/2024 1:00:00 PM
- Archive Date
- 04/30/2024
- Point of Contact
- Gwendolynn Boyle
- E-Mail Address
-
Gwendolynn.Boyle@usda.gov
(Gwendolynn.Boyle@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY: �The purpose of this action is to provide notice that the U. S. Forest Service (USFS) intends to award bridge contracts for smokejumper aircraft services to the incumbent contractors Bighorn Airways, Inc. (hereafter referred to as Bighorn) and Leading Edge Aviation Services, Inc. (hereafter referred to as Leading Edge).� The bridge contracts shall provide the Government with continuity of aircraft services while ten (10)-year multiple award task contracts and task order requests for proposals are solicited and awarded this calendar year.� Award shall be made on a sole source basis with a period of performance of seven (7) months with a one (1) month optional extension.� The bridge contracts shall be firm-fixed price awards with a combined (estimated) value of $6M. The subject requirement was originally competed as a total, small business set-aside. Two awards were made to Bighorn and Leading Edge who were the only contractors technically capable of meeting the terms and conditions of solicitation 12024B19R9008 posted to SAM.gov on 26 December 2019.� The periods of performance are for one (1) base year and three (3), twelve-month option periods, for a total of four (4) years.� The periods of performance span from 20 March 2020 through 19 March 2024 for the base and all options. This notice is neither a request for proposals nor quotes. Contractors with questions regarding the sole source nature of this requirement, or contractors who believe they can fully provide the required services, are encouraged to identify themselves and give written notification to Gwen Boyle, Contracting Officer. All responsible sources may submit a capability statement which shall be considered by the Forest Service. Responses to this notice shall be emailed to Gwendolynn.Boyle@usda.gov by the closing date above. All responses shall include the contractor's Unique Entity ID (UEI) and identify the company as either a small business or other than small business under the National American Industry Classification System (NAICS) code of 481211 Nonscheduled Chartered Passenger Air Transportation. The product service code (PSC) is F003 Natural Resources/Conservation- Forest-Range Fire Suppression/Presuppression. Once the justification for other than full and open competition is approved, the signed document shall be posted on SAM.gov within fourteen (14) days of bridge contract awards pursuant to FAR 6.305(a). Estimated justification and approval posting date is 1 March 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/45c20001077b42468ff1c768fd6037f6/view)
- Place of Performance
- Address: Boise, ID, USA
- Country: USA
- Country: USA
- Record
- SN06946492-F 20240128/240126230043 (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 |