Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SPECIAL NOTICE

16 -- Notice of Intent to Sole Source - FOREFLIGHT LLC.

Notice Date
11/14/2024 4:53:29 PM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
HOMELAND SECURITY, DEPARTMENT OF US
 
ZIP Code
00000
 
Solicitation Number
20210PR250000003
 
Response Due
11/21/2024 2:00:00 PM
 
Archive Date
11/29/2024
 
Point of Contact
Tracy Burr
 
E-Mail Address
Tracy.L.Burr@uscg.mil
(Tracy.L.Burr@uscg.mil)
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR COMPETITIVE PROPOSALS Contracting Agency and Activity: The United States Coast Guard, Air Station Washington DC, intends to award a sole source Firm-Fixed Price contract to FOREFLIGHT LLC. The anticipated period of performance is December 2nd, 2024, to December 1st, 2025. Description Scope: The purpose of this acquisition is to renew 10 MFB (Military Flight Bag) Electronic Performance Licenses Subscriptions that enable comprehensive flight planning, in-flight support, heavy tail dispatch, weather briefing, Active NAVLOG oceanic chart plotting /gross navigational error detection and performance runway analysis for the unit�s C-37A and C-37B aircraft. Active NAVLOG oceanic chart plotting/gross navigational error detection, and performance runway analysis services in accordance with Gulfstream AFM data. The scope incorporates aircraft flight services, to include Electronic Performance License Subscriptions that are required for Air Station Washington to safely carry out the worldwide Long-Range Command and Control mission for the Department of Homeland Security, Commandant, and other senior government officials. This contract will fall under NAICS code 334511. Performance Work Statement (PWS) will be attached in synopsis. 3. Statutory Authority. FAR 6.302-1: Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. FAR 13.106-1(b)(1)(i): Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold. (i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). 4. Reasons for Authority Cited: ForeFlight specializes in aircraft flight planning services. These services are essential to conducting safe, reliable, and efficient on -demand transport for Air Station Washington�s unique mission requirements. ForeFlight allows pilots to easily plan short and long distance routes incorporating altitude and airspace restrictions using real-time and historical data to ensure efficient and safe sorties for pilots and the flight planning department. Additionally Foreflight has a seamless integration with Jeppesen Military Dispatch Service, the current provider for international flight planning dispatch for Air Station Washington�s VIP Transport mission. Jeppesen Military Dispatch can push complicated flight plans and essential foreign country clearance data directly to the pilot�s Foreflight Application. This capability is imperative for pilot situational awareness when flying in unfamiliar and potentially hostile foreign air-space. This application offers detailed weather forecasts including METAR, TAF, MOS and radar map overlay tools that Coast Guard pilots are exclusively trained with for navigating and planning intricate logistics and search and rescue missions. This software has demonstrated extremely accurate fuel planning estimates for the C-37A and C-37B aircraft profiles, which is essential for missions which can be more than 4,000NM. Pilots conduct FAA certified GV type simulator training using Foreflight Runway Analysis procedures in preparation for take-offs and landings at airports with hazardous terrain and high altitudes in accordance with training syllabus outlined in a separate CG contract with vendor �Flight Safety International or �FSI�. Since Coast Guard Air Station Operational Commanders exclusively use the Foreflight software, maintaining compatibility is imperative when tasked for hurricane and flood overflight requests as tactical commanders can electronically push overflight routes to Air Station Washington Air Crews. Foreflight�s combination of real-time data, seamless user experience when interfacing with other CG Units who use ForeFlight for their day-to-day operations, extensive charting capabilities, mobile-friendly design, Active NAVLOG oceanic chart plotting/gross navigational error detection and the training syllabus under a separate contract make it the Coast Guard and Air Station Washington�s solution for flight planning. THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR COMPETITIVE PROPOSALS No solicitation is available for this requirement. This notice of intent is not a request for competitive proposals. However, any firm that believes it can meet the requirements can submit a capability statement, which may be considered by the agency. Responses to this notice must provide clear and convincing evidence that competition would benefit the government, would not be prohibitively expensive or time-consuming, and that interested parties would be likely to participate. A potential offeror can supply the government�s needs as stated on the attached performance work statement and above requirement. If a competitive procurement is to be conducted, the information obtained will be considered. It is entirely up to the Government to decide whether to decide not to compete the proposed procurement based on responses to this notice. The Government will not be responsible for any costs incurred. Responses must be received via email to Tracy.L.Burr@uscg.mil by November 21, 2024. Responses sent via other means (i.e., via telephone call, facsimile transmission, etc.) will not be considered. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered Unique Entity ID and CAGE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc24dd7d974d41aa9adfac11a9fd30db/view)
 
Place of Performance
Address: Washington, DC 20593, USA
Zip Code: 20593
Country: USA
 
Record
SN07264646-F 20241116/241114230105 (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.