Louisiana Bids > Bid Detail

Operation and Maintenance (O&M) of the Government Owned G-IV Aircraft & Hangar Facility, US Army Corps of Engineers, Vicksburg District

Agency:
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159813084176030
Posted Date: Nov 17, 2022
Due Date: Dec 1, 2022
Solicitation No: W912EE23S0001
Source: https://sam.gov/opp/0a6b3102d0...
Operation and Maintenance (O&M) of the Government Owned G-IV Aircraft & Hangar Facility, US Army Corps of Engineers, Vicksburg District
Active
Contract Opportunity
Notice ID
W912EE23S0001
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 17, 2022 03:11 pm CST
  • Original Response Date: Dec 01, 2022 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Tallulah , LA 71282
    USA
Description

In accordance with Federal Acquisition Regulation (FAR) 52.215-3, “Request for Information or Solicitation for Planning Purposes”. This is a SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and Economically Disadvantaged Women Owned Small Business (EDWOSB) to compete and perform service under a contract. The type of solicitation and contract to be issued will depend upon the responses to this sources sought synopsis.

The vendor must be capable of furnishing all labor, supervision, tools, materials; equipment and transportation to perform Operation and Maintenance (O&M) of the Government Owned G-IV Aircraft & Hangar Facility, US Army Corps of Engineers, Vicksburg District.



The contractor shall furnish all necessary personnel, materials, supplies, accessories, and equipment, except as otherwise specified herein, to operate, maintain, repair, and inspect one (1) Government‐owned Gulfstream G‐IV/C‐20H aircraft, and one (1) Government‐owned hangar facility, located at the Vicksburg‐Tallulah Regional Airport (TVR), Mound, Louisiana. The G‐IV will be operated and maintained in accordance with applicable Federal Aviation Regulations (FAR) for the particular category and class of aircraft and these specifications. The G‐IV currently operates under Subpart F of Federal Aviation Regulations Part 91.



The requirement will be a Firm Fixed-Price Contract outlined in FAR Part 15 Contracting by Negotiation. Procedures North American Industrial Classification System (NAICS) Code applicable to this sources sought is 481211, Nonscheduled Chartered Passenger Air Transportation. The Small Business Size Standard for this sources sought is 1,500 size standards in number of employees.

Interested companies responding to this sources sought should include the following information:



1. Company name, address, phone number, email, DUNS number, CAGE Code, point of contact (POC) name, as well as business category (small businesses or other than small to include subsets).



2. Information describing the company’s capability to perform and past performance. Provide specific capabilities on relevant work the same or similar in size and complexity. Include contract number, contract description, dollar value and a customer point of contact, telephone number and email address. Identify whether your firm was a prime vendor or subcontractor.



3. Provide company business size based on NAICS code 481211. Also, provide business type ((i.e., Small Business or Other than Small) and all applicable socio-economic category information (Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.)).



4. Provide a Statement of Interest in the project.



5. A narrative statement demonstrating your firm's capability and experience in providing Operation and Maintenance (O&M) of the Government Owned G-IV Aircraft & Hangar Facility of a similar nature as described above. Your response should include the following information: details of similar contracts/projects (within the past 5 years) to include contract number, dates of service, project references (including owner with phone number and email address), size and scope of contract/project. Narratives should be no longer than THREE PAGES on an 8 ½ x 11" size paper and no less than 11point font.



It is requested that interested contractors submit a response (electronic submission) of no more than 5 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses to this notice are due NO LATER THAN 2:00 p.m., Central, 01 DECEMBER 2022, via email to the primary point of contact listed Amy.L.Starks@usace.army.mil. No phone calls will be accepted.



Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.sam.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed below. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.

Any future solicitation, including specifications and/or drawings, will be made available on the SAM.gov website (https://www.sam.gov/). Interested parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates/amendments.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 17, 2022 03:11 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >