SOURCES SOUGHT
V -- Fixed Wing Aircraft to move passengers and cargo throughout SOUTHCOM's AOR
- Notice Date
- 11/10/2008
- Notice Type
- Sources Sought
- NAICS
- 481112
— Scheduled Freight Air Transportation
- Contracting Office
- Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
- ZIP Code
- 62225
- Solicitation Number
- HTC711-09-R-0003
- Archive Date
- 12/2/2008
- Point of Contact
- Elaine M Hayes,, Phone: 618-256-6673, Krissy R Hackstadt,, Phone: 618-256-6645
- E-Mail Address
-
elaine.hayes@ustranscom.mil, krissy.hackstadt@ustranscom.mil
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is for two fixed-wing aircraft (one primary cargo and one primary passenger) capable of passenger, cargo, and combi movements predominantly throughout the USSOUTHCOM Area Of Responsibility (AOR), with some missions operating to, from, and within the continental United States (CONUS). The primary cargo aircraft must be able to carry 3,000 lbs in any combination for a 300 Great Circle Statue Mile (GCSM) stage length non-stop, transport cargo as large as 96” x 36” x 36” with a gross weight of 300 lbs, operate into 3,000 ft semi-prepared airstrips, and be capable of transporting up to fourteen (14) passengers and personal baggage. The primary passenger aircraft must be capable of transporting up to seven (7) passengers and personal baggage per mission, be capable of taking-off and landing on prepared surfaced runways as short as 4,000 ft, transit mountainous regions as high as 23,000 ft Mean Sea Level (MSL), operate into airfields as high as 13,300 ft MSL, and carry a minimum useful load of 3,000 lbs in any combination for a 400 GCSM stage length non-stop. Contractor must be DoD approved (obtain CARB certification from AMC). There is no solicitation package available at this time. For the requirement above, all interested parties should respond with: 1. Fixed-wing aircraft type and capacity that is currently available to meet specifications. 2. Provide estimated cost per flying hour and monthly fee for dedicated aircraft (fuel will be reimbursed) for a one year base period with four one year option years. Also include any other applicable costs. 3. For the aircraft in question #1, please provide the dimensions and location (rear, side) of the cargo door. 4. Are the aircraft offered configured to meet FAA Class II Navigation standards? 5. What, if any, is the price difference for basing the aircraft in Colombia versus Panama? 6. Have you flown the aircraft offered for twelve continuous months? 7. Is your company a certificated FAR Part 121 or 135 air carrier? 8. What suggestions can you offer to make this procurement more efficient? At this time, USTRANSCOM is NOT looking for proposals. NO SOLICITATION EXISTS AT THIS TIME. This RFI does not constitute an Invitation for Bid, Request for Proposal or a Request for Quotation and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited. Responses to this RFI are due 17 Nov 08, 1400 hours (CST). Electronic copies can be submitted to Elaine.hayes@ustranscom.mil. If you submit proprietary data, please mark it clearly with the appropriate markings. Further action on this anticipated requirement will be determined following review of the responses to this RFI.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=effd0ea71ebea388508ec2b9219cd96d&tab=core&_cview=1)
- Record
- SN01703099-W 20081112/081110214850-effd0ea71ebea388508ec2b9219cd96d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |