Project Title: Freefall and Static Line Airlift Support
Reference Number: FA487720QA124
1. The 355th Contracting Squadron, Davis-Monthan AFB, hereby submits an intent to sole source
notice. The Government intends to award a firm-fixed-priced contract to Win Win Aviation, Inc.
for freefall and static line airlift support. This procurement action is being conducted in
accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services
Will Satisfy the Requirement. This document does not constitute a request for quotations,
proposals, or bids.
2. An extended description of the product being acquired is as follows:
a. The airlift support aircraft needs to have the following specifications: vendor is US Air
Mobility Command approved to include aircrew certifications and licenses, side mounted
troop seats/side facing seats for 16 parachutists, parachute jump lights in cargo
compartment, aircraft cargo compartment capable of accommodating 16 parachutists with
portable oxygen consoles, intercom system between jumpmaster/aircrew, configured for
over the ramp static line operations, fixed static line cable and retrieval system, capable of
deploying 9 double bag static line jumpers in one pass, configured for day and night
HALO/HAHO operations, capable of airdrop operations at 17,500 feet via ramp, equipped
with side doors capable of opening and closing during flight for spotting, have ramp and
door for jumper’s exit, aircrew have an oxygen system. The only aircraft on the Paratroop
Commercial Operator Listing capable of the operations is the Sherpa aircraft provided by
Win Win Aviation, Inc. The risk of using an unauthorized carrier that is not on the
approved Paratroop Air Carrier Listing jeopardizes the safety of personnel. Using aircraft
that does not meet all requirements listed above could result in degraded training due to
improvised operations. It is essential to the mission to only use aircraft specifically
designated for all operations to ensure the safety and practicality of training for
paratroopers.
3. Firms who desire to challenge this sole source action must submit an interest letter (email is
acceptable) that demonstrates technical expertise, certifications, and authorization to compete for
this acquisition. The letter must describe clear and convincing evidence that competition would
be advantageous to the Government, and will not be cost or time prohibitive.
4. Please send your responses to the following individuals:
Jeremy Clark, Contracting Specialist, at [email protected]; and
Cody J. Rodriguez, Contracting Specialist, at [email protected]
*The determination not to complete this proposed contract action is solely within the discretion of
the Government. Information received will be evaluated as to confirm or deny the decision to
conduct a competitive procurement. The Government will not be responsible for any costs
incurred by responding to this notice.
5. Responses are due no later than Thursday, 23 January 2020, by 2 P.M., Mountain Standard
Time.