Inactive
Notice ID:W91QV119R0046-1
MICC - Fort Belvoir Sources Sought THIS RFI IS NOT A REQUEST FOR PROPOSAL BUT FOR MARKET RESEARCH Requirement: International Flight Dispatch Services Organization Requiring Support: United States Army...
MICC - Fort Belvoir Sources Sought THIS RFI IS NOT A REQUEST FOR PROPOSAL BUT FOR MARKET RESEARCH Requirement: International Flight Dispatch Services Organization Requiring Support: United States Army Priority Air Transport Command (USAPAT) Location: Washington DC, Virginia and Maryland and other locations as needed Sources Sought Synopsis: This RFI is for market research purposes only. Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firm's ability to provide the items stated in this RFI. United States Army Priority Air Transportation Battalion (USAPAT) is seeking to obtain International Flight Dispatch Services Support for 7 airframes (2 x C-37A, 1 x C-37B, and 3 x UC35B) in support of Tier Two and Tier Three personnel (Secretaries of the Military Departments, Chiefs of the Military Services, Commanders of Combatant Commands, Commander, International Security Assistance Force, Under Secretary of Defense for Intelligence, Under Secretary of Defense for Policy, etc.) as depicted IAW DODI 4500.56 in addition to United States Heads & Foreign Heads of State. Obtaining flight support services is crucial to the planning and execution success of Special Air Missions (SAM's) especially in wartime when diplomacy and negotiation become critical elements of national security strategy. See attached DRAFT Performance Work Statement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. The Government's preference is to set-aside the requirement for small businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements 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. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the supply and/or services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The NAICS contemplated for this requirement is with a size standard. The Contract Type is anticipated is Firm-Fixed-Price SUBMITTAL INFORMATION: Provide a capability statement addressing your organizations ability to provide the items required above. Include only general capabilities relative to the requirement as this is not a solicitation and no responses will be considered as proposals. A PWS is attached to this announcement. Based on the attached PWS, interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12:00 p.m. Eastern Time, 29 JULY 2019. Provide responses to this notice to Harry W. Shatto, Contracting Officer, harry.w.shatto.civ@mail.mil Telephone responses will NOT be accepted. All responses must include the following information: Company Name; Company Address; Company Business Size; CAGE Code and Point-of-contact (POC) name, phone number, and e-mail address.