The RFP Database
New business relationships start here

P-51 Mustang Aerial Demonstration and Static Display


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

P-51 Mustang Aerial Demonstration

SOURCES SOUGHT ONLY
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this is to gain knowledge of potential qualified sources (specifically, qualified Small Businesses) and their size relative to NAICS 711510. Responses will be used by the Government to make appropriate acquisition decisions. Responses are not considered responses to any potential solicitation announcement.
All small business contractors are encouraged to respond to this sources sought.
1.    General: Eielson AFB, Alaska requires the performance of one (1) P-51 Mustang that meets in accordance with Air Force Manual (AF Man) 10-1004 for Eielson AFB, AK Artic Lightning scheduled for 12 and 13 July 2019.


2.    Duties:
2.1 Performer shall provide one (1) P-51 Mustang that meets in accordance with AF Man 10-1004.
2.2 Performer will accomplish work under the direction/control of the Director, Air Operations for the Artic Lightning Air Show.
2.3 P-51 Mustang shall arrive at Eielson AFB no later than Thursday 11 July 2019.
2.4 At the Direction of the Director, Air Operations, the P-51 Mustang Pilot will participate in the daily safety briefing and flying schedule on 12 and 13 July 2019.
2.5 On 12 July 2019, at a time and place to be determined by the Director, Artic Lightning, the pilot will participate in a daily "hot wash"/lessons learned in preparation for the next day's air show.
2.6 Performer agrees to maintain personal liability insurance per aircraft/occurrence for bodily injury or property damage. A Civil Aircraft Certificate of Insurance (DD Form 2400) must be provided to Sponsor for the purposes of validating the above coverage upon request and before filing Federal Aviation Administration (FAA) waivers prior to commencement of performance under this contract. A Civil Aircraft Landing Permit (DD Form 2401) and Civil Aircraft old Harmless Agreement (DD Form 2402) will also be required before 12 July 2019.


2.7 Performer shall coordinate logistical requirements with the Sponsor's air show coordinators to ensure the fulfillment of all referenced requirements.


2.8 With respect to media, sightseeing, flybys and formation flying, Performer agrees to abide by applicable FAA and United States Air Force (USAF) governing laws and regulations in the performance of these flights.


2.9 There is a scheduled practice at Eielson AFB for the performance on 12 July 2019.
2.10 Performer shall have available flight worthiness records, maintenance records and pilot certificate available upon request.


• Capability statement
Interested parties are encouraged to submit a capability statement, with descriptive literature, clearly demonstrating ability to meet the stated requirements. The capability statement should clearly present evidence that the interested party feels is relevant.


If a solicitation is released, it will be synopsized on the FedBizOpps website at https://www.fbo.gov. It is the SOLE responsibility of the potential vendor to monitor this site for additional information pertaining to this SOURCES SOUGHT.

Contract Information:
Any firm that believes it can provide a service that meets the Government's need is invited to submit a completed capability statement, by 2:00PM Alaska Standard Time on 28 February 2019. Information shall be sent SrA Jeffrey Harris at jeffrey.harris.22@us.af.mil and SSgt Zachary Bowens at zachary.bowens@us.af.mil.
This notice is for market research purposes only and IS NOT A REQUEST FOR QUOTE (RFQ) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
No telephone or facsimile requests will be accepted. Questions concerning submissions should be directed to jeffrey.harris.22@us.af.mil or zachary.bowens@us.af.mil. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government.
The contract period of performance will be approximately 4 months from contract award.


All interested firms shall provide the following information:
• Company name
• Address
• Point of contact, phone number, and email address
• DUNS number and CAGE code
• Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 711510, size standard of $7.5 Million dollars.


Responses to this notice shall be e-mailed to BOTH jeffrey.harris.22@us.af.mil or zachary.bowens@us.af.mil.


Telephone responses will not be accepted. Responses must be received in writing no later than Friday, February 28, 2019 at 2pm Alaska Standard Time. This notice is to assist in determining sources only.


Jeffrey Harris, Contract Specialist, Phone 9073773509, Email jeffrey.harris.22@us.af.mil - Zachary S. Bowens, Contract Specialist, Phone 9073772905, Email zachary.bowens@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP