SPECIAL NOTICE
V -- Short Take-Off and Landing (STOL) and Low Cost Low Altitude (LCLA) Aerial Resupply Services - Afghanistan
- Notice Date
- 8/22/2011
- Notice Type
- Special Notice
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W560MY-11-R-0005
- Archive Date
- 11/20/2011
- Point of Contact
- Justin Lockett, 309-782-1051
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(justin.lockett@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Notice of Intent for the US Army Contracting Command - Rock Island Solicitation W560MY-11-R-0005 which serves as notification to Industry of the sole source procurement for Short Take-Off and Landing (STOL) and Low Cost and Low Altitude (LCLA) Aerial Resupply Services in Afghanistan in support of the Combined Joint Task Force / Regional Command-East (CJTF/RC(E)). The anticipated date for release of the Request for Proposal is on/or about 19 August 2011 with performance to begin 30 days after award. The requirement includes, but is not limited to, one fixed-wing aircraft and the personnel, equipment, tools, material, maintenance, and supervision necessary to perform passenger, cargo, passenger and cargo combination (COMBI), and LCLA airdrop operations based on STOL air transportation services between locations in the Area of Responsibility (AOR) of Afghanistan. The contractor shall provide all direct labor, transportation, supervision, training, fixed wing aircraft, administrative support for conducting air operations and all other items and services necessary to perform Air Support Services (parachute operations) for Government directed aerial delivery missions. The requirement will be performed by an approved DoD air carrier as determined by the Civil Airlift Review Board (CARB). LCLA airdrop operations will be performed from a minimum altitude of 150 feet above ground level and in accordance with Federal Aviation Regulation (FAR) 135 authorized by an FAA approved certificate waiver. The STOL/LCLA aerial resupply services requirement will be satisfied through the use of a single Firm-Fixed Price (FFP) DoD Contract with a 12 month period of performance. The NAICS Code for this procurement is 481219. This is not a request for offers. A determination not to compete this procurement based on response to this notice is solely within the discretion of the Government. If your company is interested in a planned, follow on competed procurement, it is advised that you monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Inquiries/questions concerning this pre-solicitation notice may be email to Mr. Justin Lockett at email: justin.e.lockett2.civ@mail.mil or Cheryl Nielsen, Contracting Officer, at Cheryl.l.nielsen8.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/435c814c01dc8803d05ff5a8bea878f4)
- Record
- SN02543886-W 20110824/110822235050-435c814c01dc8803d05ff5a8bea878f4 (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 |