Oklahoma Bids > Bid Detail

Small Aircraft Charter Services

Agency:
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159249063514552
Posted Date: Mar 4, 2024
Due Date: Mar 19, 2024
Source: https://sam.gov/opp/72f77f8123...
Follow
Small Aircraft Charter Services
Active
Contract Opportunity
Notice ID
15M30024QA3700031
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
US MARSHALS SERVICE
Office
US MARSHALS SERVICE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 04, 2024 09:59 am CST
  • Original Response Date: Mar 19, 2024 11:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 03, 2024
  • Initiative:
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside:
  • Product Service Code: V221 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER
  • NAICS Code:
    • 481211 - Nonscheduled Chartered Passenger Air Transportation
  • Place of Performance:
    Oklahoma City , OK 73159
    USA
Description

The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS) – Air Operations – Oklahoma City OK, is seeking information from responsible sources and commercial agencies to fulfill its unique mission objectives.



This is a Sources Sought Notice (SSN) for Air Charter Services, which includes Aircraft, Flight Crew, Insurance, Landing Fees, Flight Planning, Maintenance + Ground Handling (ACIM+GH / “wet lease”) and any additional taxes or fees, for one (1) twin engine, turbine powered jet aircraft. The aircraft will operate under a current and valid Title 14 CFR Part 135 Certificate. A Draft Statement of Work – Technical Specifications is included in this Sources Sought Notice. The period of performance will be a Base Year (October 1, 2024 – September 30, 2025) with four (4) option years.



Introduction: This Request for Information (RFI)/Sources Sought Notice (SSN) is being issued to help the Justice Prisoner and Alien Transportation System (JPATS) better understand the capabilities of and availability of air charter services, as well as industry best practices related to procuring similar air charter services. This RFI/SSN is published for market research purposes. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. It is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the U.S. Marshals Service/Justice Prisoner and Alien Transportation Service (USMS/JPATS).



Purpose: The USMS/JPATS is conducting market research and is seeking written responses with information to assist the Government with identifying potential sources that are interested in and capable of performing the work described in the draft Performance Work Statement (PWS). The Government is also seeking to obtain industry comments and questions regarding the planned PWS.



Contract Requirements: The Government intends to procure the charter of one (1) twin engine, turbine powered jet aircraft (which includes aircraft, flight crew, insurance, landing fees, flight planning, ground handling, all maintenance and any taxes or fees). All interested parties shall submit their capabilities packages addressing their aircraft availability (Aircraft Make(s), Model(s), and Tail #s), along with their ability and experience to meet all of these requirements. In addition, please include an estimated block hour rate (which should include aircraft, crew, insurance, maintenance, all positioning / de-positioning costs, ground handling, flight planning, landing fees and any and all other applicable taxes and fees required). In addition to your estimated block hour rate, provide an estimated block hour rate which includes all fuel as well. Submitting information does not bind the Government for any future contracts resulting from this SSN. The findings from this Market Research effort may impact future solicitations related to this requirement.



In addition to submitting your firm’s capabilities, please respond to the following questions:



1. Are these services covered under your GSA Schedule? If so, what is your GSA Schedule Number? Would you offer these services as “Operator Owned” or as a “Broker”?



2. Within the past 5 years, have you provided similar aircraft and services with commercial entities, federal, state or local governments? If so, please describe and include a) the contract number, dollar value, period of performance and current status of the contract; b) the type of aircraft provided; c) were these aircraft and services offered as “Operator Owned” or as a “Broker”? d) any subcontractors used on the project and their respective roles on the project.



3. What is your business size, small or large? The North American Industrial Classification System (NAICS) code is based on:



NAICS 481211, 1,500 Employees _______ Small _______Large



4. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program.



_____ “8(a)” program



_____ Women-owned small business concern



_____ Veteran-owned small business concern



_____ Service-disabled veteran-owned small business concern



_____ SBA Certified Small Disadvantaged Business concern



_____ SBA Certified HUBZone Firm concern



5. Is your firm registered in System for Award Management (SAM)?



____Yes ____ No



Unique Entity ID: _____________________________



DUNS #: ___________________________________



CAGE Code: ________________________________



________



6. Any additional comments / feedback concerning the Draft Performance Work Statement:



_________________________________________________________________________



_________________________________________________________________________



_________________________________________________________________________



_________________________________________________________________________



_________________________________________________________________________



_________________________________________________________________________



_________________________________________________________________________



_________________________________________________________________________



_________________________________________________________________________



_________________________________________________________________________



Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this RFI/SSN by March 19, 2024, at 11:00 a.m. CST. All responses under this RFI/SSN, capabilities packages, information and/or feedback, shall be emailed to the POC: Victor J. Stamps, Contracting Officer, USMS/JPATS, e-mail address: Victor.J.Stamps@usdoj.gov. Any questions concerning this announcement shall be in writing (e-mail) to the POC listed. No telephone calls will be accepted.



Disclaimer: This SSN is not a solicitation or Request for Proposal as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this SSN will not be accepted to form a binding contract. This is a market survey for planning purposes and no award will be made as a result of this. If a solicitation is issued, the Government does not guarantee that it will be issued to SSN respondents. The Government may use the information provided to develop a comprehensive acquisition strategy and solicitation. Responses shall not include proprietary information. All information submitted in response to this announcement is voluntary, the government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the government.



End of Sources Sought Announcement--


Attachments/Links
Contact Information
Contracting Office Address
  • JPATS CONTRACTS, JPATS DIV CS3 9TH FLOOR
  • WASHINGTON , DC 20404
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 04, 2024 09:59 am 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 >