The RFP Database
New business relationships start here

CAP Fleet Mix Modernization


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR
PROPOSAL.
The purpose of this announcement is to conduct market research to determine the availability and capability of businesses to provide fleet modernization consultation at Tyndall AFB, Florida. Information provided to the Government as a result of this posting is for planning purposes only, and is strictly voluntary and given with no expectation of compensation. Additionally, the submission of this information is not to be construed as a commitment by the government to procure any services, nor does the Government intend to award a contract on the basis of this request for information. The information attained will be used to facilitate acquisition planning. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside is in the Government's best interest.

The NAICS Codes is 336411, Aircraft Manufacturing, with a size standard of 1500 employees. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation. There is no solicitation available at this time. The tentative solicitation issue date is to be determined. Any future solicitation will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments.


Contractor will conduct an in-depth analysis of the Civil Air Patrol's (CAP) core missions as stated in the 2016-2020 CAP Strategic Plan and associated aircraft fleet to make recommendations regarding CAP's suitability for current and future mission requirements. Analysis should result in recommendations for requirement standards for aircraft performance, pilot training suitability (ab initio through advance ratings), passenger and cargo capacity, configuration requirements (floats, skis, rough country/off airport landing capability, etc.), special mission equipment, sustainment cost and optimum utilization. The contractor is required to provide specific fleet and mission equipment modernization/refresh timing/upgrade recommendations, as well as recommendations for fleet composition (i.e. types, and if necessary, specific models of aircraft). Increased Department of Defense reliance upon CAP through CAP-USAF, has revealed an increasing mission demand for Defense Support of Civil Authorities (DSCA), Homeland Defense (HD), and Homeland Security (HS) missions with a more immediate and greater need in times of crisis. CAP owns, maintains, and operates a fleet of 560 single engine aircraft. Based on CAP's current and future mission and services, CAP's fleet may need to be modernized, diversified, and/or upgraded. The contractor will facilitate a dialog with CAP staff and all stakeholders to understand the CAP fleet and missions to accomplish this objective.


SUBMISSION REQUIREMENTS: It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. It is requested that interested small businesses submit a brief capabilities statement (no more than 5 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following:


Written narrative of the company's technical expertise and capability, presented in sufficient detail for the Government to determine that the company possesses the necessary expertise and experience to compete for this acquisition of asbestos and lead paint surveys;


Company size in relation to the applicable North American Industry Classification System code (NAICS) 336411, and Commercial and Government Entity (CAGE) Code;


The socioeconomic status of the company, i.e., small business concern, 8(a) business, HUB Zone small business, small disadvantaged business, woman-owned small business, veteran owned small business, or Service disabled veteran owned small business.;


Demonstrate the company has adequate financial resources to perform this requirement; or the ability to obtain financial resources to perform this requirement;


Point of Contact information to include name, e-mail address, telephone and fax numbers. ALL SUBMISSIONS MUST BE RECEIVED NO LATER THAN 12:00 PM CENTRAL TIME ON 26 APRIL 2019. PACKAGES CAN BE SENT ELECTRONICALLY TO justin.powell.7@us.af.mil and/or Matthew.Lahr.3@us.af.mil. The Government WILL NOT provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended.


Justin Powell, SSgt, Phone 8502831260, Email justin.powell.7@us.af.mil - Matthew S. Lahr, Contracting Officer, Phone 3155218335, Email matthew.lahr.3@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP