Inactive
Notice ID:140D0423R0026
The Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) is issuing a source sought synopsis as a means of market research. The purpose is to identi...
The Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) is issuing a source sought synopsis as a means of market research. The purpose is to identify parties that have an interest and capability to provide two or more on-call contract pilots and aircraft maintenance services to include field support personnel and equipment to operate a DOI owned Airbus H125 helicopter for the U.S. Fish and Wildlife Service (FWS). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 488190- Other Support Activities for Air Transportation, and the associated small business size standard is $35M. Usage will be on a year-round, on-call basis, and projects may be single day to multiple weeks. The base of operation will be in the FWS Southeast Region with the geographical center of expected flight activity being Tallahassee, FL. The aircraft may be dispatched throughout United States as needed. Mobilization and de-mobilization cost will be paid by the Government. Commercial scheduled and unscheduled maintenance performed at the contractor¿s maintenance facility. The Maintenance Support Facility provided by the contractor must with within 200 nm radius of Tallahassee, FL. The Contractor¿s maintenance facility must be a permanent hanger that is environmentally controlled, secure from unauthorized persons, and capable of completely housing the type aircraft to be maintained. Helicopters missions will include but are not limited to; point to point transportation (off airport); interagency fire; external loads (short and long line); aerial ignition; low altitude animal surveys; precision reconnaissance; and air tactical supervision. The Government will direct aircraft to support its missions and objectives. The vendor will be responsible for ensuring that all pilots meet the stated Qualification Requirements, listed below and is responsible for all associated training costs. ¿ Must be a US Citizen ¿ Must possess a Commercial Pilot license ¿ Must be trained and qualified in the Airbus H125 ¿ Have a minimum of 1500 hours total Rotary wing flight time ¿ Must possess an FAA class II medical certificate ¿ Possess Federal Aviation Administration (FAA) certificates issued under 14 CFR Part 135, 133, and 137. ¿ Must have a minimum of 1-year experience performing helicopter wildland fire suppression activities. ¿ Must have operational experience with helicopter external load operations as well as vertical reference experience. Maintenance services to include commercial scheduled and unscheduled maintenance with the majority of scheduled inspections performed at the vendor¿s maintenance facility. The vendor must provide two or more A&P mechanics (one primary ¿ one backup) and a four-wheel drive fuel servicing vehicle (FSV) or truck trailer combination to service and refuel the aircraft under field conditions. The FSV tank must have a minimum capacity of 400 gallons and must be capable of carrying all necessary equipment and accessories (i.e., water buckets, water/retardant fixed tank, longlines, remote hook, cargo nets, overnight gear, and other items). The vehicle must also carry the spare parts, maintenance documents and required special tools to support lengthy assignments. It is preferred, but not required, that the vendor be the holder of a valid FAA Certified Repair Station Certificate with either an appropriate class or limited rating for the individual make and model of aircraft, engine, propeller, rotor, appliance, or component part to be maintained. The vendor will be responsible for ensuring that all mechanics meet the stated Qualification Requirements, listed below and is responsible for all associated training costs. ¿ The mechanic must have a valid FAA mechanic certificate with airframe and powerplant (A&P) ratings. ¿ Must have 12 months maintenance experience on a helicopter of the same make and model as the contract aircraft or satisfactory completion of a manufacturer, or equivalent, maintenance course for the same make and model as the contract helicopter. ¿ Must show evidence of maintaining a helicopter of the same make and model offered under "field" conditions for one full season. THERE IS NO SOLICITATION AT THIS TIME. THIS REQUEST FOR CAPABILITY INFORMATION 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. Vendors are requested to complete the following with their submission. 1. Please provide the following Point of Contact (POC) information: Company: Address: Cage Code: POC: Phone number: Email address: 2. Are you a small business under NAICS code 448190 - Other Support Activities for Air Transportation? The associated small business size standard is $35M. 3. Are you able to provide the required facilities, pilots, and mechanics, or will you be subcontracting for one of the requirements? 4. Description of how the requirements will be supported if outside the geographical location. 5. Comments / Suggestions: Questions and requests for clarification of information must be submitted to: kelly_gordon@ibc.doi.gov, no later than 1500 Central time on December 30, 2022. Requests must be submitted to the email address specified above. Any other forms of request for additional information will not accepted. Information provided will not be distributed outside of the Interior Business Center, Acquisition Services Directorate team. Please mark any proprietary information appropriately.