SOURCES SOUGHT
W -- Lease with the Option to Purchase Aircraft
- Notice Date
- 10/15/2020 1:38:26 PM
- Notice Type
- Sources Sought
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- U.S. MARSHALS SERVICE WASHINGTON DC 20404 USA
- ZIP Code
- 20404
- Solicitation Number
- 15M300-21-R-A370-0001
- Response Due
- 10/26/2020 1:30:00 PM
- Archive Date
- 06/30/2021
- Point of Contact
- Arlene Dee Carlson, Phone: 2026644848
- E-Mail Address
-
arlene.carlson@usdoj.gov
(arlene.carlson@usdoj.gov)
- Description
- REQUEST FOR INFORMATION / SOURCES SOUGHT NOTICE (RFI/SSN) The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS), Oklahoma City operational site, is seeking information from responsible sources and commercial agencies concerning the Lease with the Option to Purchase one (1) large transport category turbine powered aircraft.� This is a �dry� lease, which includes the aircraft, insurance, and heavy maintenance. JPATS has determined that only the Boeing 737-700 or the Boeing 737-800 will meet our unique mission requirements.� A Draft Statement of Work � Technical Specifications is attached to this notice which addresses all the required specifications of the aircraft.� The Government is requesting all interested firms shall submit their capabilities packages addressing their aircraft availability (include any data available on the aircraft, such as type, model, tail #, serial number, engine type, spec sheets, LOPAs, certificates, etc.), along with their ability and experience to meet all of these requirements. �In addition, please include an estimated monthly rate (all-inclusive with unlimited usage) for the aircraft lease and an estimated purchase price at the time of submission.� 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.� In addition to submitting your firm�s capabilities, 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 532411 � Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing with an associated Small Business Administration (SBA) size standard of $35 million, what is your business size, small or large? 3. Within the past 5 years, have you provided similar aircraft and 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 type of aircraft provided; c) the extent of the maintenance; d) any subcontractors used on the project and their respective roles on the project. 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 and requested information shall be submitted (via e-mail) to the POC listed below not later than 12:00 pm (noon) Eastern Time, October 19, 2020.� 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ded70339c418450ead8fcfb1085dbccc/view)
- Place of Performance
- Address: Oklahoma City, OK, USA
- Country: USA
- Country: USA
- Record
- SN05829120-F 20201017/201015230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |