MODIFICATION
W -- Lease with the Option to Purchase - Boeing 737-700 Aircraft
- Notice Date
- 10/30/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of Justice, United States Marshals Service, Justice Prisoner & Alien Transportation System, JPATS Contracts, FSD, CG3, 5th Floor, Washington, District of Columbia, 20530-1000, United States
- ZIP Code
- 20530-1000
- Solicitation Number
- 15M30019RA3700146
- Point of Contact
- Arlene Dee Carlson, Phone: 703-740-1435
- E-Mail Address
-
arlene.carlson@usdoj.gov
(arlene.carlson@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- 10/30/2018: Additional information concerning these aircraft is being provided: Aircraft must have a Maximum Takeoff Weight (MTOW) at the high gorss weight option allowing for the capability to perform a LAS to HNL leg. Specifically, the high gross weight options for these aircraft, at a minimum are: Boeing 737-700(HGW): 154,500 - 171,000 lbs, and Boeing 737-700ER: 171,000 lbs. This must be annotated in Aircraft Flight Manual (AFM). 10/26/2018: The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS), Las Vegas, Nevada operational site, is seeking information from responsible sources and commercial agencies concerning the "Lease with the Option to Purchase" of one (1) large transport category turbine powered aircraft to fulfill its unique mission objectives. The Lease will include the Aircraft, Insurance, and Limited Maintenance for a base period and four (4) option years. JPATS will have the option to purchase the aircraft at any time during the lease period. JPATS has determined the following aircraft types meet their need: Boeing 737-700 (HGW) or Boeing 737-700ER. Specific Aircraft Requirements: Aircraft must have U.S. registry with valid FAA issued standard Certificate of Airworthiness, transport category, single aisle interior, self-contained main entry door air stairs, and be equipped with an APU suitable for providing ground power self-contained engine starts. Other Aircraft Requirements: Aircraft and engines are required to be delivered with all applicable FAA Airworthiness Directives and Manufactures Mandatory Service Bulletins complied with, fresh heavy check (applicable to that aircraft's approved maintenance and inspection program), and no calendar maintenance or inspection events due the first 12 months after delivery; engine life limited components at "half-life"; engines enrolled (or eligible for enrollment) in a Power-by-the-Hour maintenance program; and landing gear at "half-life". JPATS anticipates utilizing the aircraft approximately 900 hours (450 cycles) annually. Submitting information does not bind the Government for any future contracts resulting from this RFI/SSN. The findings from this Market Research effort may impact future solicitations related to this requirement. This RFI/SSN 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/SSN 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/SSN respondents. The Government may use the information provided to develop a comprehensive acquisition strategy and solicitation. Responses shall not include proprietary information. The Government is interested in feedback from the commercial market on the aircraft that may be available meeting these requirements. The Government would like to see proposed aircraft presented through pictures, spec sheets, websites, certificates or PowerPoint briefs. Please include aircraft tail # and/or serial #. In addition, please respond to the following questions: 1. Is your firm registered in the System for Award Management (SAM)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2. Based on the NAICS code 336411 - Aircraft Manufacturing, with an associated Small Business Administration (SBA) size standard of 1,500 employees, what is your business size, small or large? 4. Within the past 5 years, have you provided similar aircraft leasing or sold aircraft with/to 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 aircraft leased or sold; c) where the aircraft 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 for lease? An acquisition strategy 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. Funding is not available for any information submitted. 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 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 packages and information submitted; this requirement may be solicited under an unrestricted basis. Capabilities packages, information and/or any feedback shall be submitted (via e-mail) to the POC listed below not later than 12:00 pm (noon) ET, November 7, 2018. Any questions concerning this announcement shall be in writing (e-mail) to the POC listed below. No telephone calls will be accepted. Primary: 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/15M30019RA3700146/listing.html)
- Place of Performance
- Address: Las Vegas, Nevada, United States
- Record
- SN05138613-W 20181101/181030230836-4765b0a304bd4bf5682f0a419fe0b469 (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 |