Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2024 SAM #8403
SOURCES SOUGHT

99 -- RFI - National Seized/Forfeited Aircraft Management Services FY25

Notice Date
11/27/2024 6:57:57 AM
 
Notice Type
Sources Sought
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
U.S. DEPT OF JUSTICE, USMS LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
15M50025QA4400025
 
Response Due
12/17/2024 9:00:00 AM
 
Archive Date
01/01/2025
 
Point of Contact
Eliana York, Phone: 7033076083, James McKay
 
E-Mail Address
eliana.york@usdoj.gov, james.mckay@usdoj.gov
(eliana.york@usdoj.gov, james.mckay@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
United States Marshals Service (USMS) Asset Forfeiture Division (AFD), Procurement Unit Request for Information This is a Request for Information (RFI) for aircraft-related services and does not constitute a Government procurement commitment, implied or otherwise. This is not a Request for Quote (RFQ) or Request for Proposal (RFP) and does not constitute a commitment to issue an RFQ or RFP. No funds have been authorized, appropriated, or received for this contemplated effort. Furthermore, those who respond to this RFI should not anticipate any feedback with regards to this submission other than acknowledgement of receipt. Responders are advised that the Government will NOT be responsible for any costs incurred by the respondents to this RFI. Not responding to this RFI does not preclude participation in any future RFP or RFQ. All submissions become the property of the Federal Government and will not be returned. The information provided may be utilized by the United States Marshals Service (USMS), Asset Forfeiture Division (AFD) in developing its acquisition strategy. Background The Department of Justice (DOJ) Asset Forfeiture Program (AFP) plays a critical role in disrupting and dismantling illegal enterprises, depriving criminals of the proceeds of illegal activity, deterring crime, and restoring property to victims. The USMS serves as the primary custodial agency of the DOJ AFP. As part of its custodial responsibilities the USMS inventories and safeguards seized property assets, deposits and reconciles funds in the Seized Asset Deposit Fund and Assets Forfeiture Fund, disburses funds to innocent owners, third parties, victims, and state, local and tribal law enforcement agencies, and procures asset management contracts to assist with the management and disposition of seized and forfeited assets. In addition, the U.S. Marshals Service also provides vital support to U.S. Attorney�s Offices and investigative agencies, such as the Federal Bureau of Investigation (FBI), by assisting with pre-seizure planning and financial investigations. As the custodian for seized property assets, the USMS provides national and international relocation, storage, maintenance, assessment, consultation, and disposal services for aircraft and aviation related assets seized and forfeited under the DOJ AFP. Aircraft types typically covered within the scope of this effort include, but are not limited to, small fixed-wing General Aviation aircraft, rotorcraft, airliners, and corporate size turbine powered aircraft, drones, and helicopters. Aviation related assets may include, but are not limited to, avionic parts/equipment and aircraft hangars. The primary service area includes the United States, the Virgin Islands, Puerto Rico, Guam, and the Northern Mariana Islands. International services will also be required, to be determined on a case-by-case basis. Specific service locations will be determined at time of need with potentially limited prior notice. The USMS has been managing aircraft assets seized and forfeited since the inception of the Program in 1984 following the establishment of the Comprehensive Crime Control Act. Currently, the USMS utilizes contractual resources with expertise in the relocation, management, and disposal of airliners and other aircraft located both domestically and internationally. In recent years, the USMS has had approximately 30 aircraft of various makes and models in custody at any given time, with 5-15 seizures in a typical year. As the anti-terrorism mission and other national/international efforts continue to grow, the USMS anticipates managing all types and locations of aircraft and aviation related assets without limitation How to Submit a Response The USMS is posting this announcement as an RFI only, for a potential solicitation to be posted on the System for Award Management (SAM.gov) website. This RFI is issued for the purpose of identifying interested, industry vendors able to demonstrate expertise in the relocation, storage, maintenance, assessment, sale, and destruction of aircraft and other aviation related assets. Also, this RFI is being issued to ascertain if sources exist that are capable of providing such services both nationwide and internationally for a recurring inventory of seized and forfeited aircraft and aviation related assets. The Aircraft services contract requirement is anticipated to be for a base year and four one-year options. Any Contractor storage facility(s) shall be located within the United States territory. Storage for international aircraft will be handled on a case-by-case basis. The Contractor shall provide on-site, or remote assistance. All key personnel providing services shall be legally authorized to work in the United States. If you are interested in the potential solicitation, please provide a capability statement addressing your organization�s ability to provide the related services. It is important that interested sources provide a capability statement via email to: James McKay III, Contract Specialist, james.mckay@usdoj.gov Eliana York, Contracting Officer, eliana.york@usdoj.gov AFP Procurement, Team Inbox, AFP.Procurement@usdoj.gov In addition to a capability statement, all interested organizations must complete the RFI survey questions. Please find the survey hyperlink here: https://www.surveymonkey.com/r/FY25_Aircraft_Services You are advised that providing your capability statement and responses to all questions that no entitlement to payment nor indirect costs nor charges by the Government will arise because of company submission of responses to this RFI or the Government�s use of such information. The Government reserves the right to reject, in whole or in part, any company�s input resulting from this RFI. In addition, you are advised that providing responses to the survey questions will not automatically include you in the acquisition process for this solicitation. COMPANY INFORMATION: Name of Company: Address: Point of Contact: E-Mail Address: Telephone #: DUN & BRADSTREET #: SURVEY QUESTIONS: NOTE: All survey questions must be answered with no blanks vis Survey Monkey link. Indicate your company�s size and status of your organization: Large Business Small Business 8(a) Veteran-Owned Service-Disabled Veteran-Owned Women-Owned Small Business Small Disadvantaged Small Business HUBZone Small Business Historically Black Colleges/Minority Institutions Which of the following services does your organization offer for aircraft (select all that apply)? Relocation Storage Maintenance/Repairs/Mechanical Inspection Assessment (valuation, registry searches, etc.) Sale Destruction ___Other, please describe: What is the composition of your workforce (mechanics, pilots, admin staff, etc.) and what standard professional qualifications does your organization�s staff maintain? What system(s) does your organization currently employ for records management, inventory management, tracking of services in process, and/or ad hoc reporting? If awarded the contract, what access capabilities to your system would be available to USMS staff? What percentage of the work would your organization perform and what percentage of the work would you subcontract? If subcontracting opportunities are available, do you anticipate subcontracting with: Small Business Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business Women-Owned Small Business HUBZone Small Business concerns Not applicable Are you able to offer services or sub-contract services globally? If not, please describe any restrictions. If your organization provides relocation and/or assessment services, can you provide these services on location and in potentially hazardous situations (e.g. during inclement weather, remote location, etc.)? Please note, law enforcement personnel will be on hand to provide security in any situation where risk is anticipated. Can you transport seized aircraft, in accordance with all applicable International, Federal, and State regulations, including either ground transportation (tug/tow and/or by truck across state lines), or flight under the aircraft�s own power (short, long, and/or international distances)? Please describe in detail your procedures for such transportation, including and any special requirements involved. If your organization provides relocation services, do you maintain a staff of licensed pilots and/or what is your procedure for contracting licensed pilots on an as needed basis? What are your organization�s procedures for determining the appropriate qualifications of a pilot/co-pilot/crew for a given aircraft relocation? Please summarize the applicable regulations relevant to relocation of a government seized aircraft under its own power that may not be registered or certified airworthy. Does your organization operate a storage facility or facilities for aircraft? If so, please describe in detail your facility or facilities including physical location(s), capacity indoor and outdoor, and any other relevant features. If not, please describe your capability of securing appropriate storage on an as needed, short-term, long-term, and/or international basis. If you are awarded the contract, would you propose one primary storage facility, multiple facilities, case-by-case arrangements, or other? What factors would determine your storage strategy? If you operate a storage facility, please describe any and all security arrangements, physical and procedural, specifically to include any restrictions or requirements regarding access by non-staff. Does your organization have a disaster preparedness plan to preserve the condition and safety of all aircraft in storage in the event of a wide-impact adverse event (e.g. fire, flood, hurricane, earthquake, etc.)? If so, please describe in detail. If your organization provides maintenance/repair/mechanical services, please describe your capacity and procedures for providing mechanical inspection at a third-party location, domestic and international. If your organization provides maintenance/repair services, please describe your organization�s procedures to determine the appropriate type and level of mechanical services needed to preserve the condition of an aircraft, for both standard and non-standard models. If your organization provides maintenance/repair services, are there any restrictions or limitations to the types or scope of work that your organization can perform (e.g. certain models or sizes of aircraft, specialized repairs, tools or equipment, proprietary systems, engines, certificates, etc.)? If limitations exist, is your organization willing/able to adequately sub-contract for said services? If your organization provides assessment services, please describe your procedures, resources, and contributing factors for determining the value of an aircraft. If limitations exist, is your organization willing/able to adequately sub-contract for said services? If your organization provides assessment services, please describe your capability, procedures, resources, and contributing factors for determining the value of other aviation related assets (e.g. avionic parts, equipment, hangar facilities, etc.). If your organization provides assessment services, please describe your capability, procedures, and resources for determining registry, title, and any potential liens for an aircraft; to include both domestic and international searches. If your organization provides sale services, please describe your sale capabilities, procedures, and resources including marketing, platforms, and provisions for potential buyers to inspect/preview aircraft and associated logbooks pre-sale. If limitations exist, is your organization willing/able to adequately sub-contract for said services? If your organization offers destruction services, what are your capabilities, procedures, and logistical resources to determine applicable regulations and requirements, to execute demolition, and to properly dispose of an aircraft, both domestically and internationally? What types of aircraft is your organization accustomed to handling? Are there any specific aircraft or aviation related assets your company cannot handle (e.g. due to lack of licensing, experience, or proprietary tools, etc.)? If limitations exist, is your organization willing/able to adequately sub-contract for said services? Are you aware of any laws and/or regulations that are unique to the services being acquired (for example: ICAO, IATA, FAA, etc.)? Does your organization possess the necessary licenses and permits to conduct business for these services in the United States and all U.S. territories? For each service that your organization offers, please describe what type and level of insurance coverage you would obtain/maintain relevant to USMS aircraft. What are your organization�s capabilities for risk management? Are there any factors, considerations, suggestions, or concerns not previously addressed that are relevant to the services indicated? If so, please describe in detail. What is your organization�s familiarity, knowledge, and/or experience with the Asset Forfeiture legal process? Please describe in detail. Would your organization be interested in participating in this requirement? NOTE: The solicitation will be posted at SAM.gov. Deadline Responses may be submitted until 12pm EST on 12/17/2024. Respondents will receive email acknowledgement of receipt of each response. Respondents are advised that the government is under no obligation to provide feedback or further information on the evaluation of responses. This RFI is for planning purposes only and should not be construed as indicating a solicitation for proposals will follow at any time. No awards will be made based on the responses to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39b5ad95a6e14941a92c922957dd45d9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07277546-F 20241129/241127230110 (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.