SOLICITATION NOTICE
N -- Installation of commercial Air Imagining Systems (AIS)
- Notice Date
- 10/11/2024 9:28:49 AM
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- AVIATION DIVISION FORT WORTH TX 76177 USA
- ZIP Code
- 76177
- Solicitation Number
- 15DDHQ25N00000001
- Response Due
- 10/26/2024 10:00:00 AM
- Archive Date
- 11/10/2024
- Point of Contact
- Ryan Burke, Robert Radke
- E-Mail Address
-
Ryan.F.Burke@dea.gov, robert.j.radke@dea.gov
(Ryan.F.Burke@dea.gov, robert.j.radke@dea.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- FOR INFORMATIONAL PURPOSES ONLY The Drug Enforcement Administration (DEA), in support of the Aviation Division (SG), has a requirement for commercial Airborne Imaging Systems (AIS) and Mission Equipment to be installed on existing Government-owned and operated aircraft. The commercial Airborne Imaging Systems and Mission Equipment shall be installed on the following types of Government-owned and operated aircraft in support of DEA law enforcement missions. Cessna 206 Aircraft Cessna 208 Aircraft Bell 407 Helicopter Bell 412 Helicopter The aircraft for this requirement are operated and maintained in accordance with Federal Aviation Administration (FAA) Part 91 and the aircraft manufacturer�s recommendations. The successful Contractor shall be responsible for certification of the complete Airborne Imaging Systems and Mission Equipment in accordance with any/all applicable FAA regulations and maintain the aircraft�s Standard Airworthy Certificate. Airborne Imaging Systems and Mission Equipment and or components with approved Supplemental Type Certificates are preferred but not mandatory. The government intends to procure these services in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15. This requirement is being procured as a Small-Business Set-Aside. It is anticipated that this acquisition will result in the award of a single Indefinite-Quantity-Indefinite Delivery (IDIQ), firm-fixed price contract type. The anticipated period of performance will include a 12-month base period plus four 12-month option periods. The Request for Proposals (RFP) will only be available on the System-for-Award-Management (SAM) web page at http://www.sam.gov . It is anticipated that the RFP will be made available for downloading sometime beyond fifteen (15) days after publication of this announcement. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offeror's responsibility to monitor SAM.gov for the release of the solicitation and amendments. Written and telephone requests will not be honored. Consistent with FAR 5.203(c) Publicizing and Response Time for the�acquisition�of�commercial products�or�commercial services, it is anticipated that proposals will be due 15 days following the date of issuance of the RFP.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7673cebe8e7948ef848f9582424224cb/view)
- Place of Performance
- Address: Fort Worth, TX, USA
- Country: USA
- Country: USA
- Record
- SN07239175-F 20241013/241011230100 (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 |