Lift services for proficiency in parachuting skills.
Subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this announcement constitutes a Sources Sought for information and planning purposes. Naval Sp... Subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this announcement constitutes a Sources Sought for information and planning purposes. Naval Special Warfare Command (NSW) has a requirement to acquire lift services for personnel to establish and maintain proficiency in parachuting skills. The Contractor's facility must be within 100 miles of Naval Amphibious Base (NAB) Coronado. A more detailed requirement will be included in the Request for Proposal (RFP). Information received from this sources sought notification will be used to ascertain potential market capability and determine the acquisition strategy (ex. Full and open/small business set-aside, etc.). The Government's intent is to award an Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract issuing Firm Fixed Price (FFP) delivery orders. There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. Services required include the following: •Federal Aviation Administration (FAA) or Civilian Aviation Authority (CAA) approved aircraft and associated services in accordance with DoD Instruction 4500.53 with airspace compatible to a maximum altitude of 13,000 feet Mean Sea Level (MSL) •FAA or Commercial Airlift Review Board (CARB) approved commercial operator in accordance with Enclosure 6 of DoD Instruction 4500.53 •Airlift Mobility Command (AMC) approved drop zones listed on the AMC Zone Availability Report (ZAR)with an elevation not to exceed 2,000 feet MSL •Video debriefing capabilities •Parachute packing areas If your Company has the potential capability to satisfy this requirement, please provide the following information: 1) Company name 2) Cage Code 3) DUNS Number 4) Address 5) Point of Contact 6) E-mail Address 7) Web Site Address 8) Telephone number 9) Type of ownership (SB, Large Corp., etc.) for the Company under NAICS code 611699. 10) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The total number of pages shall not exceed 10. The government will evaluate responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Interested vendors should provide information to determine if the company: (a) has adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a) and Subpart 52.219-14(a)) (b) is able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments. (c) has a satisfactory performance record (see 9.104-3(b) and Subpart 42.15). (d) has a satisfactory record of integrity and business ethics (for example, see Subpart 42.15); (e) has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3 (a).) (f) has the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (g) is otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108). The North American Industry Classification System (NAICS) is 611699. Submission Instructions: Interested parties who consider themselves qualified to fulfill the above-listed requirement are invited to submit a response to this Sources Sought Notice as identified herein no later than 26 February 2019 12:00 PM EST via e-mail to Shelly Pollock at shelly.pollock@socom.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »