The Technology Application Program Office (TAPO) Fixed Wing Program Office is conducting market research in support of the requirement described in this announcement. The objective of this market research is to identify potential sources and if there are Small Business sources capable of performing the requirement. Potential Small Businesses are requested to submit a summary of their capabilities.
The Government will use the information received for acquisition planning purposes.
This notice shall not be construed as a Request for Proposal (RFP) or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract based on this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future; however, it should be noted that information gathered through this notice may significantly influence the Government’s acquisition strategy. All interested parties will be required to respond separately to any solicitations posted because of this source sought notice.
Requirement
This Sources Sought Synopsis (SSS)/Request for Information (RFI) Market Survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the qualification requirements to provide aircraft and aircrews support to the U.S. Army Special Operations Command (USASOC), the United States Army John Fitzgerald Kennedy Special Warfare Center and School (USAJFKSWCS), and other Special Operations Forces (SOF) organizations. Primary support is at the Military Free-Fall School (MFFS) at YPG and USASOC at Fort Bragg. USASOC currently supports parachute operations at these locations with military aircraft and is considering transitioning this support to contract air. The table below contains sample annual workload data for parachute exits at each location.
LOCATION TASKS TOTAL EXITS
FBNC MFF Exits 3106
Static Line Exits 24573
FBNC Total: 27679
YPG MFF Exits 31076
Static Line Exits 0
YPG Total: 31076
Interested sources should provide answers to the following questions. Please provide as much detail in your responses as possible and in the order outlined below.
A. COMPANY INFORMATION
1. Company Name
2. CAGE Code
3. DUNS
4. Address
5. Points of Contact (Including telephone number and email address)
6. Business size pursuant to North American Industry Classification System (NAICS) Code: 481219 - Other Nonscheduled Air Transportation
7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)?
B. GENERAL COMPANY INFORMATION
1. Describe your company's primary business product/service line.
2. Describe your company's previous experience providing contract support to the Department of Defense (DoD).
3. Does your company maintain a facility security clearance? If so, at what level?
4. Does your company maintain Tier 1 – low-risk positions, non-sensitive positions, and positions involving physical and/or logical access to Government facilities and computer systems?
C. TECHNICAL CAPABILITIES
- Describe the composition and size of your company’s operational aircraft fleet.
- Describe your company’s experience supporting military and/or civilian parachute operations.
- Describe your company’s experience conducting bundle drops, INFIL/EXFIL, Fast Rope Insertion/Extraction System (FRIES) and Special Patrol Insertion/Extraction System (SPIES), or other special missions using either fixed or rotary wing platforms.
- Is your company a certified FAA Part 135 operator?
- Is your company a United States Transportation Command (USTRANSCOM) Commercial Airlift Review Board (CARB) aircraft operator?
- Where are your company’s aircraft currently hangered?
- Please describe your concept for supporting the sample parachute exit workload. Your description should include:
- The composition of your proposed fleet
- Where your aircraft will be housed
- The location of your maintenance support
- Whether you would need to acquire additional aircraft and pilots
- How soon your company would have the capacity to support the sample parachute exit workload
D. PLACE OF PERFROMANCE
There Place of Performance is as follows:
- Yuma Proving Grounds (YPG)
- Fort Bragg, NC
All interested, capable, and responsible sources that would like to respond to this sources sought are encouraged to provide a statement of interest along with supporting documentation to Ms. Kisha Redcross, Contract Specialist, at kisha.a.redcross.civ@socom.mil no later than 12:00 PM Eastern Daylight Time on September 13, 2022.