The RFP Database
New business relationships start here

MCAS Yuma Search and Rescue (SAR)


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

   
The US Marine Corps Regional Contracting Office Marine Corps Installations West (MCIWEST), Camp Pendleton, CA is requesting information as detailed below.

Request for Information (RFI)

The Regional Contracting Office MCIWEST is conducting market research to identify vendors capable of providing Search and Rescue (SAR) missions: critical medevac and air transport support for USMC Marine Corp Air Station (MCAS) Yuma, Arizona.

Potential offerors are invited to provide feedback via e-mail to Diana.Lynch-Maldona@usmc.mil. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.

The North American Industry Classification Standard (NAICS) code for this project is 481211, Nonscheduled Chartered Passenger Air Transportation with a size standard of 1,500 employees. NAICS code compliance verification will occur if/when proposals are submitted. Proposals are NOT to be submitted at this time.

This is a Request for Information, NOT A REQUEST FOR PROPOSAL/BID/QUOTE.

 Scope of Work:

1.      The Contractor shall provide Contactor Owned, Contractor Operated (COCO) rotary wing aero medical ambulance aircraft dedicated for USMC SAR missions and emergency transport in support of MCAS Yuma, AZ 24 hours per day, seven (7) days a week.

2.      The contractor shall be Commercial Airlift Review Board (CARB) certified.

3.      The Contractor must meet U.S Code Title 14 parts 133 (Rotorcraft External-load Operations and 135 (Operating Requirements: Commuter and on Demand Operations and Rules Governing Persons on Board such Aircraft) requirements.


4.      The contract shall have at least one fully mission capable aircraft and must be available 24 hours and 7 days a week (24/7) at all times for Search, Rescue, and Medevac operations.


5.      The Contractor shall provide personnel that are qualified and medically and psychologically fit consistent with the intended mission, duration and projected area of operation.  All personnel must be qualified and have current certifications/licenses for the duties they are assigned to.


6.      The Contractor shall provide and furnish as required all labor, management, supervision, aircraft, fuel, supplies, equipment, maintenance, employee transportation, and hangar facilities for the aircraft to be staged within.


7.      The aircraft(s) shall be fully maintained by the Contractor.


8.      The Contractor shall have a maximum response time of 30 minutes from the crew notification to take-off regardless of time of day.


9.      The Contractor shall provide an aircraft in compliance with 14 CFR 133 and 14 CFR 135 regulations.  The aircraft shall have the capability to transport a minimum of two (2) litter patients for air medical evacuation services.  The aircraft shall be capable of at least 100 knots and a minimum range of 250 nautical miles.  Aircraft and crew shall have the capability to perform search and rescue and air medevac services at Density Altitude and temperature range of 120 degrees F to minus 10 degrees F.


10.  The Contractor shall be capable of landing at isolated or un-surveyed landing sites and ranges and load patients during day and night conditions in austere conditions. Aircrew will be required to utilize night vision devices (NVD) to facilitate night operations.  Range landings are subject to possible flight hazards such as unexploded ordnance (UXO), snow, ice, dirt, mud, leaves, trees, debris, uneven terrain, rocks, and inclement weather.  Operations may include maneuvering, takeoffs and landings to pinnacles, ridgelines and confined areas.

11. The Contractor shall meet all applicable Department of Defense and FAA mandatory compliances.  including but not limited to the following publications: 

•·         14 CFR Part 135 Operating Requirements: Commuter and On Demand Operations and Rules Governing Persons on Board such aircraft

•·         14 CFR 95 Subpart B-Designated Mountainous Area

•·         14 CFR Part 91 General Operating and Flight Rules

•·         14 CFR Part 29 Airworthiness Standards: Transport Category Rotorcraft

•·         FAA OpSpec A021 Helicopter Air Ambulance (HAA) Operations

•·         OPNAVINST 3130.6 series Naval Search and Rescue Standardization Program

•·         International Aeronautical and Maritime Search and Rescue Manual (IAMSAR)

•·         ATP-10D, NATO Search and Rescue Manual

•·         NTTP 3-50.1 Navy Search and Rescue (SAR) Manual

Responses to Request for Information:

Contractors are reminded that this is a REQUEST FOR INFORMATION and is NOT a request for proposal/bid/quote. Responses to this notice shall not constitute responses to solicitation. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This Request for Information is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.

Respondents will NOT be notified of the results of any government assessments.

It is requested that interested businesses submit to the contracting office a brief capabilities statement, limited to no more than 5 pages in length. The capabilities statement must clearly detail the firm's ability to perform all aspects of this notice and must include the following:

Company Profile to include: number of employees, office locations, Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) code, and a statement regarding the socioeconomic status of the company (Section 8(a) of the Small Business Act (8a) small business concern, certified Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB) concern, etc.). 

Identified any government contract(s) that the business currently holds or has held with similar scope to this RFI.

Indicate whether your company has an active General Services Administration (GSA) contract that covers these services outlined in the attached PWS. If the answer is yes, include a copy of the GSA contract along with your response to this RFI.

Relevant Experience to include: experience in performing efforts of similar size and scope within the last three years. Please include a brief description of the project, contract number, contract value, and an agency point of contact to include current telephone number.

Only the first five pages of any submittal will be reviewed. Do not submit more than five pages.

The information received will be utilized to assist in formulating the acquisition. All responses will be treated as proprietary.

 


Diana Lynch-Maldonado, Contract Specialist, Phone 7607253313, Email Diana.Lynch-Maldona@usmc.mil - Kenyadah Gamble, Contract Specialist, Phone 7607258451, Email kenyadah.gamble@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP