Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2012 FBO #3829
SOURCES SOUGHT

J -- AIRCRAFT & MAINTENANCE/LOGISTICS SUPPORT - Draft SOW

Notice Date
5/17/2012
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, 9th Floor, CS3, JPATS, Procurement Office, FSD, 2604 Jefferson Davis Highway, Alexandria, Virginia, 22301, United States
 
ZIP Code
22301
 
Solicitation Number
DJMS-12-JPT-R-0166
 
Point of Contact
Arlene Dee Carlson, Phone: 202/353-8348
 
E-Mail Address
arlene.carlson@usdoj.gov
(arlene.carlson@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work w/Attachments REQUEST FOR INFORMATION / SOURCES SOUGHT NOTICE This is a Request for Information (RFI) / Sources Sought Notice on the purchase and/or maintenance & logistics support services of two (2) large aircraft. Funding is not available for any information submitted. Submitting information does not bind the Government for any future contracts resulting from this RFI. The findings from this Market Research effort may impact future solicitations related to this requirement. This RFI is not a solicitation or Request for Proposal as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI will not be accepted to form a binding contract. This is a market survey for planning purposes and no award will be made as a result of this. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government may use the information provided to develop a comprehensive acquisition strategy and solicitation. Responses shall not include proprietary information. The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS) - Air Operations - Oklahoma City OK, is seeking information from responsible sources and commercial agencies concerning the purchase and/or maintenance & logistics support services of two large aircraft to fulfill its unique mission objectives. Specific aircraft requirements include: FAA certified, transport category, narrow body, single aisle interior, turbine powered with a minimum of 148 passenger seating as in a Boeing 737-400 or equivalent. Aircraft Requirements: Aircraft and engines will be required to be delivered with all applicable FAA Airworthiness Directives and Manufactures Mandatory Service Bulletins complied with. Both aircraft must be of the same category, class, type and series/model. Aircraft must have a manufacture date no earlier than 1992; fresh heavy check (D Check or equivalent) and no calendar maintenance or inspection events due the first 12 months; equipped with self-contained, powered forward air stairs; engine life limited components at "half-life"; engines on a power by the hour maintenance program; landing gear at "half-life" (5000 cycles remaining); thrust reverters (TRs) at "half-life"; cabin emergency equipment: fire bottles, oxygen bottles, first aid kits, fire gloves, crash axe, to include over-water equipment (life raft, life vests, ELTs); and auxillary power unit (APU) at "half-life" of last overhaul, with a power by the hour maintenance program. Turbine engines are preferred to allow JPATS to comply with Executive Order (EO) 13423 and EO 13514 to reduce petroleum consumption. (See Links 1 and 2 below) Additional aircraft requirements can be found in the attached Draft Statement of Work. Maintenance Requirements: All maintenance requirements will be in accordance with manufacture requirements and FAA Regulations (ADs, SBs, etc.) to meet Title 14 CFR Part 91. See attached Draft Statement of Work. Strategy Option One: Provide information and availability for the purchase of two (2) aircraft meeting the above requirements. Strategy Option Two: Provide information, availability and capability for the purchase of two (2) aircraft meeting the above requirements along with line maintenance and logistics support services for a period of one (1) year with four (4) option years. Strategy Option Three: Provide information, availability and capability for the purchase of two (2) aircraft meeting the above requirements along with line maintenance, heavy maintenance, and logistics support services for a period of one (1) year with four (4) option years. Strategy Option Four: Provide information on your capability to support two (2) aircraft meeting the above requirements with line maintenance and logistics support services for a period of one (1) year with four (4) option years. Strategy Option Five: Provide information on your capability to support two (2) aircraft meeting the above requirements with line maintenance, heavy maintenance, and logistics support services for a period of one (1) year with four (4) option years. Links: (1) www.fedcenter.gov/programs/eo13514 (2) www.fedcenter.gov/programs/eo13423 The Government is interested in feedback from the commercial market on the requirements listed in this RFI that may be available. Vendors are asked to respond with documentation outlining their capabilities and provide feedback on the capabilities listed within this RFI. The Government would like to see proposed capabilities, concepts or feedback presented through capabilities packages, drawings / pictures, spec sheets, websites, certificates or PowerPoint briefs. In addition to submitting your information / capabilities and/or feedback, please respond to the following questions: 1. Is your firm registered in the Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the CCR database. 2. Based on the NAICS code 441229-Aircraft Dealer-Retail, with an associated Small Business Administration (SBA) size standard of $25.5 million, what is your business size, small or large? 3. Based on the NAICS code 488190 - Other Support Activities for Air Transportation, with an associated Small Business Administration (SBA) size standard of $30.0 million, what is your business size, small or large? 4. Within the past 5 years, have you provided similar services with commercial entities, federal, state or local governments? If so, please describe and include a) the contract number, dollar value, period of performance and current status of the contract. b) the types of planes provided; c) where the planes were maintained; d) the extent of the maintenance; e) any subcontractors used on the project and their respective roles on the project. 5. If awarded a contract, how many calendar days after award would you need to present the required aircraft? How many calendar days would you need to begin providing maintenance and logistics support services? A solicitation is being developed and a contract may or may not result. Market research is being conducted to determine the interest and capability of potential sources for this requirement. All information submitted in response to this announcement is voluntary, the government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the government. If information or capabilities packages are not received from at least two capable small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capabilities packages and information submitted; this requirement may be solicited under full and open procedures. Capabilities packages, Information and/or Feedback shall be submitted (via e-mail) to the POC listed below not later than 12:00 pm (noon) EST, June 19, 2012. Any questions concerning this announcement shall be in writing (e-mail) to the POC listed below. No telephone calls will be accepted. POC: Arlene Dee Carlson, Contracting Officer, USMS/JPATS, e-mail address: Arlene.carlson@usdoj.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/JPATS/DJMS-12-JPT-R-0166/listing.html)
 
Place of Performance
Address: Oklahoma City, Oklahoma, United States
 
Record
SN02751074-W 20120519/120518000454-3c99b6c1fb63b0620cf901aca7018f6f (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 |
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.