Search Contract Opportunities

Market Survey and Request for Information for Commercial Helicopter Lift Services for the Removal and Installation of Power System Equipment at Remote Site in Montana Peak, Arizona.   3

ID: 6973GH-24-MS-00008 • Type: Special Notice

Description

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE POINT OF CONTACT OF THIS ANNOUNCEMENT.

This is a market survey for helicopter lift support services for the removal of an existing power assembly and installation of a new power assembly at a remote location referred to as Montana Peak Tactical Communication site in Arizona. This requirement will facilitate the transportation of equipment, personnel, and tools to and from the remote site to a designated staging area. Detailed requirements for the air transportation, loading, and unloading, and geographic location data are provided in the attached draft requirements document, statement of work (SOW).

The contractor will be responsible for loading, unloading, rigging, and air transportation of all required material and personnel to support the upgrade of the existing site power assembly. Max lift weight is estimated at 5,000 lbs and estimated duration of project is 5 days.

Estimated performance date is 4/28/25 5/3/25. The FAA's anticipated award date will be during the month of 9/24 or before.

The responses to this market survey will be used for informational purposes only. This is not a request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense.

At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran- owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.

Interested vendors are requested to provide the following information along with their submission:

1. Capability Statement - This document should identify:

    • SAM UEI
    • POC
    • Brief description of recent and relevant projects (similar in scope and magnitude)
    • History of providing airlift services to remote sites throughout various locations within the continental United States and its territories.

2. FAA's Request for General Industry Information (Please provide):

    • Recommended aircraft solution: Type(s) and quantity of aircraft your company would likely propose if competing for a contract where lowest price is the main award decision factor.
    • Availability of aircraft during schedule specified in the draft SOW and any known challenges the FAA may experience if awarding a contract up to six (6) months prior to performance.
    • Estimated labor mix and quantities (pilot(s), ground crew, etc.)
    • Estimated total flight hours for project, including ferry to and from worksite.
    • Any missing information from the current SOW that is critical to developing a Firm Fixed Price (FFP) proposal.

3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents are requested to provide their strategy for accomplishing this work and providing all requested services within stated parameters. This should include the percentage of work that will be done by eligible small, service- disabled veteran-owned and 8(a) certified businesses.

4. Rough Order of Magnitude (ROM) (Ballpark Cost Estimate) for FAA budgetary planning purposes. (May be communicated in price range of highend and low end if easier to provide)

All responses to this market survey must be received by 5:00 p.m. Central Time (Oklahoma Time) on May 10th 2024.

The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: Donald.brown@faa.gov

Please include "MARKET SURVEY RESPONSE: 6973GH-24-MS-00008_Helicopter Lift Support (Montana Peak, AZ) in the subject line of your email for ease of POC's identification. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.

Background
This is a market survey for helicopter lift support services for the removal of an existing power assembly and installation of a new power assembly at a remote location referred to as Montana Peak Tactical Communication site in Arizona. The purpose of this statement of work (SOW) is to outline the heavy helicopter transportation requirements involved with a solar upgrade project for the existing power structures at the Montana Peak Tactical Communications (TACCOM) site. The battery bank that supplies power to these TACCOM sites is beginning to show signs of failure. To avoid a complete site failure and for an immediate fix, the Office of Information Technology (OIT) along with other agencies within Customs & Border Protection (CBP) are going to replace the battery banks and solar arrays. This site is located at a remote location that requires helicopter transport for access.

Work Details
The contractor will be responsible for loading, unloading, rigging, and air transportation of all required material and personnel to support the upgrade of the existing site power assembly. Detailed requirements for the air transportation, loading, and unloading, and geographic location data are provided in the attached draft requirements document, statement of work (SOW).

The contractor must provide helicopter lift and ground crew support services to lift equipment up to the remote site that is located at Montana Peak, AZ. Multiple airlifts, of different payloads, daily will be required throughout the duration of the project to transport equipment and personnel to the remote site. The number and type (material, equipment & personnel) of airlifts required at this site will vary depending upon site requirements and will be worked accordingly by FAA personnel with the contractor.

Period of Performance
The Period of Performance (PoP) for this contract is anticipated to begin on or around April 28, 2025 – May 2, 2025. The actual lifts at this site are to be worked accordingly by FAA with the contractor. This window of time is subject to change due to mission, equipment, terrain, time, weather, or any other unforeseen circumstances.

Place of Performance
Mountain Top Landing Zone: Montana Peak, AZ (Latitude 31.4434, Longitude -111.2266). Staging area: 1500 W. La Quinta Rd, Nogales AZ, 85621 (There is a helipad at this location)

Overview

Response Deadline
May 10, 2024, 6:00 p.m. EDT Past Due
Posted
May 2, 2024, 6:05 p.m. EDT
Set Aside
None
Place of Performance
Montana Peak, AZ USA
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Value Range
Experimental
$150,000 - $300,000 (AI estimate)
Signs of Shaping
54% of similar contracts within the Federal Aviation Administration had a set-aside.
On 5/2/24 Acquisitions & Business Services issued Special Notice 6973GH-24-MS-00008 for Market Survey and Request for Information for Commercial Helicopter Lift Services for the Removal and Installation of Power System Equipment at Remote Site in Montana Peak, Arizona. due 5/10/24.
Primary Contact
Name
Donald Brown   Profile
Phone
None

Documents

Posted documents for Special Notice 6973GH-24-MS-00008

Question & Answer

Opportunity Lifecycle

Procurement notices related to Special Notice 6973GH-24-MS-00008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice 6973GH-24-MS-00008

Similar Active Opportunities

Open contract opportunities similar to Special Notice 6973GH-24-MS-00008

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS
FPDS Organization Code
6920-6973GH
Source Organization Code
500000011
Last Updated
May 25, 2024
Last Updated By
joshua.d.huckeby@faa.gov
Archive Date
May 25, 2024