Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2025 SAM #8581
SOURCES SOUGHT

V -- Air Cargo Transportation Services Asia Pacific

Notice Date
5/23/2025 7:24:54 AM
 
Notice Type
Sources Sought
 
NAICS
481112 — Scheduled Freight Air Transportation
 
Contracting Office
ASPR ADMINISTRATION FOR STRATEGIC PREPAREDNESS AND RESPONSE Washington DC 20201 USA
 
ZIP Code
20201
 
Solicitation Number
75A50325RFI00008
 
Response Due
5/30/2025 12:00:00 PM
 
Archive Date
06/14/2025
 
Point of Contact
Annette Wright, Phone: 470 520 1411, Akela Long, Phone: 470 3513381
 
E-Mail Address
Annette.Wright@hhs.gov, Akela.Long@hhs.gov
(Annette.Wright@hhs.gov, Akela.Long@hhs.gov)
 
Description
Title: Air Cargo Transportation and 24/7 Emergency Readiness Support for Strategic National Stockpile (SNS) Assets RFI Number: 75A50325R00008 Issue Date: May 23, 2025 Response Due Date: 30 May 2025 NAICS Code: [Insert NAICS Code, e.g., 481112 - Scheduled Freight Air Transportation] Agency: Department of Health and Human Services, Administration for Strategic Preparedness and Response- The Center for Strategic National Stockpile. Type of Notice: Sources Sought / RFI Set-Aside Status: TBD 1. Description of Services: The Centers for Strategic National Stockpile (SNS), within the Administration for Strategic Preparedness and Response (ASPR) at the U.S. Department of Health and Human Services (HHS), is issuing this Request for Information (RFI) to conduct market research and identify qualified vendors capable of providing 24/7/365 air cargo transportation and emergency readiness support services for the movement of SNS assets in support of national emergency response efforts. This RFI is issued solely for planning purposes and does not constitute a solicitation or request for proposal. Responses to this notice will be used to assess industry capabilities and inform the Government�s acquisition strategy for potential future procurement. The Government seeks information from contractors capable of: Providing dedicated 24/7 air readiness support and door-to-door shipment of SNS medical assets. Executing high-volume, rapid-response missions to Pacific island territories and other U.S. interests in the Asia-Pacific region. Participating in SNS emergency readiness exercises (training drills). Meeting all safety and operational regulatory requirements for commercial cargo aviation. Contractor must possess a valid FAA Part 121 Air Carrier Certificate, as governed by Title 14 CFR Part 121. This certification is required for operators of large aircraft passenger seats or payloads exceeding 7,500 lbs) and ensures the contractor meets stringent standards for: Operational reliability Maintenance and safety compliance Secure cargo handling and tracking B. Geographic Location Requirement Due to the time-sensitive nature of emergency missions to remote Pacific territories, the contractor must be physically based west of Honolulu (HNL)�with preference for Guam, Saipan, or the Northern Mariana Islands. Proximity to the following regions is essential: Palau Federated States of Micronesia (FSM) Republic of the Marshall Islands C. Fleet Ownership Requirement Contractor must own and operate its fleet�no brokered aircraft. This ensures: Real-time scheduling control Guaranteed aircraft and crew availability Full chain of custody for sensitive materials (e.g., PPE, medical supplies, vaccines) Eliminated risks associated with subcontracted or third-party services D. Proven Pacific Reach Contractors must demonstrate experience and capability in: Regular flights into/out of Guam and Honolulu Direct access to Asia-Pacific destinations (non-mainland hub dependent) Prior experience supporting U.S. agencies in humanitarian, public health, or defense missions 2. The Scope of Services are as follows: A. Air Cargo Services Readiness Support: Maintain 24/7/365 mission-readiness with access to aircraft, flight crews, ground crews, and required resources. Capable of transporting 48-container/43,908 lb loads. Cargo Transport: Provide rapid, door-to-door delivery of SNS assets with full logistical support, aircraft maintenance, and crew coordination. All associated block hour pricing shall include standard loading/unloading services. B. Training Drill Activation Contractor shall participate in no-notice emergency drills, at various levels (A�D), to validate readiness and responsiveness: Level A: Phone verification Level B: Aircraft preparation Level C: Kit staged and aircraft loaded (no launch) Level D: Full mission launch to designated airfield Government will provide post-drill evaluations. Contractors must submit corrective action plans within 7 days. 3. OTHER REQUIREMENTS Point of Contact: A primary and alternate POC must be available 24/7. A functioning emergency operations line must be provided and subject to routine testing. Safety and Incident Reporting: All incidents involving aircraft or cargo must be reported to the SNS within 1 hour. Cargo Handling Equipment: Contractor must supply and retain all cargo handling equipment, including containers, nets, and ULDs. Hazardous Materials: No hazardous materials are included; SNS certifies cargo as non-regulated under IATA, ICAO, or 49 CFR. Computation of Time: Block hours shall be based on total door-to-door transport duration. 4. RESPONSE INSTRUCTIONS Interested parties should submit a capability statement that includes: Company name, UEI, CAGE code, and business classification Contact information (POC, phone, email) Proof of FAA Part 121 certification Description of aircraft fleet and ownership status Operational location(s), including evidence of Pacific island base Demonstrated past performance in medical/disaster air transport Summary of training drill participation or similar exercises Any additional information supporting your ability to meet this requirement Responses Due By: [30 May 2025] Submit Responses To: Annette.wright@hhs.gov Subject Line: RFI Response � SNS Air Cargo Support 5. DISCLAIMER This RFI is for informational purposes only and does not constitute a solicitation or obligation on the part of the Government. The Government will not reimburse respondents for costs incurred in preparing a response to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/19ac8ccddddd43518896d305932d2cba/view)
 
Place of Performance
Address: Atlanta, GA 30321, USA
Zip Code: 30321
Country: USA
 
Record
SN07455244-F 20250525/250523230046 (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.