Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2004 FBO #0916
SOURCES SOUGHT

U -- Commercial Air Services - Helicopter aircraft

Notice Date
5/28/2004
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-04-CASHelo
 
Response Due
6/24/2004
 
Archive Date
7/9/2004
 
Point of Contact
Monica White, Contract Specialist, Phone (301) 757-8980, Fax 301-757-8988,
 
E-Mail Address
whiteml2@navair.navy.mil
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT This requirements is subject to change and the information provide below is for informational purposes only, the final requirement, if any, would be defined under a formal Request for Proposal. The Naval Air Systems Command, Patuxent River, Maryland, Program Office, PMA-207, is seeking firms capable of providing Commercial Air Services - Helicopter (CAS ? Helo) aircraft, training and transport missions in support of the Pacific Missile Range Facility (PMRF), Barking Sands, Kauai. The North American Industry Classification System (NAICS) code applicable to this requirement is 488190 Other Support Activities for Air Transportation with a size standard of $6M. The anticipated requirement is for commercial air services utilizing fully functional Federal Aviation Administration (FAA) Part 135 certified aircraft, operated by qualified personnel, and equipped for the support of U.S. Navy programs in the Barking Sands operating area. Contractor personnel must be familiar with Navy Training requirements. The contractor shall conduct range support missions/operations in the entire BARSTUR and BSURE range area, as far as 75 nautical miles over waters from Barking Sands. The maximum external weight, with a MK-30 and cage, would be 3,220 pounds. The contractor shall be responsible for all necessary modifications, equipment, materials, supplies, and services to make aircraft capable of performing missions. The types of missions/operations that shall be required are weapon launch and recoveries, carriage of Explosive Ordnance Disposal in support of operations, Extended Range Visual Surveillance, and Transport (personnel and equipment) missions. The contractor aircraft are required to perform weapons recovery missions/operations in sea states categorized as 4 and 5, Rough Sea and Very Rough, respectively. The estimated flight hours for the contractor aircraft are approximately 300 hours up to 650 hours of Training and Transport missions within a twelve-month timeframe. Historical flight hour averages and maximum weights for specific missions, include 42 flight hours (FHs) for Mk 30 Launch at 3,030 lbs. max; 35 FHs for Mk 30 Recovery at 3,220 lbs. max; 112 FHs for Mk 48 Recover at 2,952 lbs. max; 47 FHs for Mk 46 Recovery at 368 lbs. max; 7.2 FHs for Mk 50 Recovery at 368 lbs. max; 15 FHs for BQM 74 Recovery at 480 lbs. max; 5 FHs for BQM 34 Recovery at 2,330 lbs. max; 61.2 FHs for ERVS; 27.6 FHs for Visual Surveillance; and 7 FHs for Fire Fighting at 2,820 lbs. max (324 gallons). The Government shall provide Government Furnished Equipment (GFE), on an non-interference bases, and familiarization training for utilization of GFE equipment as well as shipboard landing under this contract. GFE include, but is not limited to, MK 2 MOD 0 Helicopter Weapon Recovery System (Cage), Pelican Hook & Snare Pole, MK 146 MOD 0 (MK 30) Launch System, Emergency Shutdown Pinger, Bambi Bucket (Aerial Fire Fighting), and Extended Range Visual Surveillance (ERVS) equipment. All personnel performing work under the proposed contract must be capable of obtaining a SECRET level security clearance upon notification that such clearance is required. Contractor aircraft must be registered in the United States and employees providing services under this potential requirement shall be US citizens for the duration of the contract. As a minimum, the Contractor, and its employees, providing services under this potential requirement shall have the ability to obtain unrestricted access to PMRF and Range Operations Center building. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Additionally, this announcement in no way commits the Government to issue a solicitation. The requested information is to assist the United States Navy in conducting Market Research of Industry to determine potential small business contractors who have the assets, skills, experience, qualifications and knowledge required to support the above requirements. Please include the NAICS code you are responding to, a short statement of the company?s ability/history with this type of effort, the name and telephone number of a company representative that can be contacted, company?s business size, and the company?s address. Also, please respond with the type of qualified aircraft, an estimated flight hour cost, your company?s approach to satisfy the requirement, number of personnel which would be required, a short statement of the advantages/disadvantages of cage recoveries versus alternative recovery methods, your company?s approach to performing services, aircraft maintenance, personnel qualifications, and basing at such a remote site. The total capability submission should be no more than fifteen (15) pages. Written responses, either via email or fax, must be submitted by 2:00 p.m. 24 June 2004, to Naval Air Systems Command Headquarters, 47123 Buse Road, Bldg 2272, Suite 256, Attn: Monica White, AIR-2.4.3.2.8, Patuxent River, MD 20670. Respondents will not be notified of the results of the determination. Point of Contact Monica White, Contract Specialist, Phone 301-757-5926, Fax 301-757-5946, Email Monica.White@navy.mil.
 
Place of Performance
Address: Pacific Missile Range Facility, Barking Sands, Kauai
Country: USA
 
Record
SN00594647-W 20040530/040528212318 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.