SOLICITATION NOTICE
M -- AIR TERMINAL AND GROUND HANDLING SERVICES - U.S. NAVAL STATION GUANTANAMO BAY, CUBA
- Notice Date
- 11/24/2023 12:53:27 PM
- Notice Type
- Presolicitation
- NAICS
- 488119
— Other Airport Operations
- Contracting Office
- NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
- ZIP Code
- 32212-0097
- Solicitation Number
- N6883624Q0004
- Response Due
- 12/10/2023 9:00:00 AM
- Archive Date
- 12/25/2023
- Point of Contact
- Maria Brophy, Lois Eget-Lau
- E-Mail Address
-
maria.n.brophy.civ@us.navy.mil, lois.a.egetlau.civ@us.navy.mil
(maria.n.brophy.civ@us.navy.mil, lois.a.egetlau.civ@us.navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Naval Supply Systems Command (NAVSUP) Fleet Logisitics Center Jacksonville, FL has been tasked to solicit and award a services contract for Air Terminal and Ground Handling (ATGH) services at Naval Air Station Guantanamo Bay, Cuba as described in the Draft Performance Work Statement (PWS) provided as an attachment.�A firm fixed price (FFP) contract is anticipated with a one (1) year base period commencing on 01 April 2024 through 31 March 2025, four (4) one year option periods, and an optional 6-month extension IAW FAR 52.217-8.� The PSC Code is M1BE. The NAICS Code is 488119, with a size standard of $40M. The purpose of this acquisition is to provide Air Terminal and Ground Handling Services in support of the Defense Transportation System to include but not limited to all US Government owned or operated aircraft, US sponsored foreign Government or civil aircraft, North Atlantic Treaty Organization (NATO) aircraft, Strategic Airlift Capability Heavy Airlift Wing (HAW) aircraft, and commercial contract aircraft at U.S. Naval Station at Guantanamo Bay, Cuba (NSGB).�The Contractor shall facilitate on-time aircraft departures and maintain the ability to provide sustained Air Traffic Ground Handling Services (ATGHS) for a working Maximum on Ground (MOG) capability of one wide-body aircraft or the equivalent thereof (IE two narrow body aircraft), as defined in Appendix A of the PWS. The Contractor shall provide all the necessary labor, personnel, supervision, management and associated support required for non-personal services in accordance with the PWS. This requirement divides the services into core and flex services. Core services being the daily, operational air terminal ground handling services and flex services being services required outside of normal operating hours to support ongoing mission efforts that may require immediate mobilization to an austere location. Interested parties shall submit staffing and mobilization plans to support their capability to fulfil the required services. The Contractor will be expected to provide the necessary equipment to support these services, excluding the equipment already provided by the Government in the PWS. The solicitation will be available on or about 20 December 2023, for download on the SAM.gov website at https://SAM.gov/. The RFP will include instructions for preparation of proposals, the PWS, and evaluation criteria. It is the responsibility of interested parties to register with SAM.gov to download the synopsis, solicitation, and subsequent amendments and all attachments. Offerors are encouraged to review the referenced websites frequently for updates. No paper copies of the RFP, attachments, or amendments will be provided. No solicitation mailing list will be issued. SAM registration is mandatory. The SAM website is the official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR), Online Representations and Certifications (ORCA), the Excluded Parties List System (EPLS), and Federal Business Opportunities (FedBizOps). Only email requests for clarification to the Contract Specialist are acceptable. No phone call communications or personal office visits with FLCJ or its internal customers regarding issues or questions pertaining to this procurement will be accepted for the duration of the solicitation, evaluation, and award process. Questions from responsible interested SDVOSB parties regarding this synopsis must be submitted by email to Maria Brophy at maria.n.brophy.civ@us.navy.mil. Reference solicitation number N6883624Q0004 ATGH Services, Guantanamo Bay, on all request for clarification.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8596c6b6e4bb43cfac0225476281e7f6/view)
- Place of Performance
- Address: Guantanamo Bay, CUB
- Country: CUB
- Country: CUB
- Record
- SN06893568-F 20231126/231124230041 (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 |