Federal Bid

Last Updated on 18 Jun 2015 at 8 AM
Sources Sought
Central Arizona

Rotary-Wing Air Support, Obo Central African Republic

Solicitation ID HTC711-15-ZR09
Posted Date 20 May 2015 at 7 PM
Archive Date 18 Jun 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ustranscom-Aq
Agency Department Of Defense
Location Central Arizona United states

Rotary-Wing Air Support, Obo Central African Republic
Request for Information (RFI)

The United States Transportation Command (USTRANSCOM) Acquisition Directorate (TCAQ) is conducting market research to determine terms and conditions relevant to the acquisition of dedicatedrotary-wing airlift services for movement of Department of Defense (DoD) personnel and cargo in the Central African Region. Aircraft will be in direct support of SOCAFRICA

SCOPE
The carrier operating the aircraft must be an approved DOD air carrier, as determined by HQ AMC/A3B and the Commercial Airlift Review Board (CARB), and must maintain this approval throughout the performance of this contract. The contractor shall comply with all FAA requirements or equivalent CAA requirements, and with all DOD additional standards as published on the following web site: http://www.amc.af.mil/library/businesscustomers.asp

The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, limited security and other items and non-personal services necessary to perform safe Rotary-Wing Transport throughout the Operation Observant Compass (OOC) Area Of Responsibility (AOR) to include the countries of Uganda, Republic of South Sudan (RoSS), Democratic Republic of the Congo (DRC), and Central Africa Republic (CAR). The Contractor shall provide safe transportation of personnel and cargo throughout the AOR. The Contractor shall provide, operate, maintain, and fuel two rotary-wing aircraft and operate throughout the AOR to meet the requirements identified herein. The Contractor shall provide a minimum of 50 flying hours per month per rotary-wing aircraft, however should not expect to exceed 150 combined total flying hours per month. Most routine flight missions are intended to originate and terminate in Obo, Central African Republic on the same day. However, some missions will require Remaining Overnight (RON). The Contractor shall maintain at least two (2) Fully Mission Capable (FMC) helicopters.

If tasked by DoD, contractor is authorized to remain overnight (RON) at other locations such as Djema, Nzara, or Dungu due to weather, maintenance, or non-routine missions. DoD will provide limited logistical support when RONing.

The contractor will have the capability and proficiency to fly and land in the jungle environment. This will include takeoff and landing on small landing zones in triple canopy jungle and rapidly changing weather conditions. Each aircraft should have the capacity to transport 12 personnel weighing 250 pounds each to include their personnel protective gear to include their weapons with basic ammo load. The Contractor must have an exemption waiver in coordination with local governments, if necessary, to the carriage of weapons regulation ICAO Annex 18, para. 10.7.1.2. Each aircraft must be able to carry 3000 pounds of internal cargo. The internal cargo may be any combination of personnel and cargo not to exceed 3000 pounds for each aircraft.
The Contractor shall have the ability to conduct re-supply while at a hover, - i.e. pushing out a small pallet or large bag (24"x36"x42"; about 500lbs) consisting of supplies and equipment. Contractor shall have the ability to conduct sling load re-supply.

The capability to fly at night with the use of Night Vision Goggles (NVGs) is required for the DOD to have 100% mission success for the OOC mission. The Contractor can anticipate each of these capabilities to be utilized approximately 20% of the time on each aircraft. All aircraft will be equipped with a cargo hook. Operator shall use a commercially procured GPS flight following tracking system. Aircraft shall be equipped with an Emergency Locator Transmitter (ELT) compatible with the theater and users search and rescue capabilities. Contractor shall ensure each aircraft has a satellite mobile phone in case of an emergency landing outside of a secure area. Each aircraft must be equipped with a SATCOM antenna. The SATCOM system shall be incorporated into the pilots intercom system to allow flight crew to communicate with ground forces while in flight.

Missions may also be scheduled to unimproved locations.

PERIOD OF PERFORMANCE
The Government is contemplating a Two Year (24 month) contract to include one month for positioning, a five-month base period with two (2) four-month option periods, three (3) three-month option periods, and one month for depositioning.

REQUEST FOR INFORMATION

1. Please list aircraft type fitting the above aircraft type requirements.

2a. Provide estimated costs for the base period (5 Months) for the following:
Positioning (2 aircraft):
Monthly Fixed Operation Costs (2 aircraft):
Regular Flying Hour Rate per aircraft:
DBA Insurance:

2b. Provide estimated costs for Option Period 1 (4 Months) for the following:
Monthly Fixed Operation Costs (2 aircraft):
Regular Flying Hour Rate:


2c. Provide estimated costs for Option Period 2 (4 Months) for the following:
Monthly Fixed Operation Costs (2 aircraft):
Regular Flying Hour Rate per aircraft:


2d. Provide estimated costs for Option Period 3 (3 Months) for the following:
Monthly Fixed Operation Costs (2 aircraft):
Regular Flying Hour Rate per aircraft:

2e. Provide estimated costs for Option Period 4 (3 Months) for the following:
Monthly Fixed Operation Costs (2 aircraft):
Regular Flying Hour Rate per aircraft:

2f. Provide estimated costs for Option Period 5 (3 Months) for the following:
Monthly Fixed Operation Costs (2 aircraft):
Regular Flying Hour Rate per aircraft:

Depositioning (2 aircraft):

3. Have you flown the aircraft (in response to question 1) for twelve continuous months?

4. Are aircraft listed, maintained, operated and certified in accordance with the air carrier's Federal Aviation Regulation (FAR) Part 135 or equivalent CAA requirements?

5. Do aircraft have the capability to fly at night with Night Vision Goggles (NVGs)?

6. Are aircraft equipped with a cargo hook, GPS flight following tracking system, an Emergency Locator Transmitter (ELT) compatible with the theater and users search and rescue capabilities, and a satellite mobile phone in case of an emergency landing outside of a secure area?

7. Do you have an AV-2075-8-84, VHF/UHF/AM-FM SATCOM antenna, or equivalent installed on your aircraft? If not, could it be installed prior to award?

8. Do you currently perform/have you performed similar services for the Government? Please describe.

9. Do you currently perform/have you performed similar services for commercial customers? Please describe.

10. Is a one month mobilization period into Africa feasible?

11. Are the services provided under the Rotary-Wing Air Support contract a "commercial item" as defined in FAR 2.101(b)?

12. Do your commercial contracts for similar type of service contain a clause for the customer to unilaterally extend the contract at an already agreed upon time and price?


At this time, USTRANSCOM is NOT looking for proposals. NO SOLICITATION EXISTS AT THIS TIME. This RFI does not constitute an Invitation for Bid, Request for Proposal or a Request for Quotation and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited.

Responses to this RFI are due June 3, 2015, 4:00 PM (CT). Electronic copies can be submitted to [email protected]. If you submit proprietary data, please mark it clearly with the appropriate markings. Further action on this anticipated requirement will be determined following review of the responses to this RFI. All correspondence regarding this RFI should be addressed to Brita Dorsey, Contract Specialist, USTRANSCOM/TCAQ-R, email [email protected].

Bid Protests Not Available

Similar Past Bids

Columbia South carolina 02 Nov 2021 at 4 AM
Springfield Virginia 23 Sep 2010 at 6 PM
Central Arizona 14 Feb 2017 at 3 PM
Location Unknown 26 Apr 2019 at 1 PM
Location Unknown 21 Mar 2019 at 11 AM

Similar Opportunities