Request for Proposal: Air Taxi Services – Ketchikan, Hyder, Alaska
ID: 5A-25-A-0001Type: Solicitation
Overview

Buyer

POSTAL SERVICEPOSTAL SERVICESUPPLIES MATERIAL MGMTPHILADELPHIA, PA, 19197, USA

NAICS

Scheduled Freight Air Transportation (481112)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR FREIGHT (V111)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 9:00 PM UTC
Description

The United States Postal Service (USPS) is soliciting proposals for air taxi services between Ketchikan, AK, and Hyder, AK, under solicitation number 5A-25-A-0001. The contract, which is set to commence on July 10, 2025, will have a base period of four years with the option for two additional two-year extensions, and it aims to ensure timely and efficient mail transportation in this remote region. Suppliers must comply with Federal Aviation Regulations, maintain rigorous security and operational plans, and demonstrate their capability to meet specific performance metrics for various mail classes. Proposals are due by April 18, 2025, and interested parties should direct inquiries to Diane N. Brown at diane.n.brown@usps.gov or Doug Brewer at Douglas.E.Brewer@usps.gov before April 10, 2025. The financial scope of the contract ranges from a minimum of $10,000 to a maximum of $1,950,000 over the contract's duration.

Files
Title
Posted
Apr 11, 2025, 10:08 PM UTC
The document outlines the transportation schedule for mail service between Ketchikan, AK, and Hyder, AK, as part of a government Request for Proposal (RFP). It details four scheduled trips: two on Mondays and Thursdays (5201 and 5202) covering 75 miles, and two additional trips (5203 and 5204) operating on an as-needed basis, covering 153 miles. The average mail volume per trip is specified as ranging from 400 to 500 pounds, with a maximum allowance of 1,000 pounds. Key operational details include the requirement for the supplier to report any delivery delays and the authority of the Administrative Postmaster to permit alternate routes via Pearse and Portland Canals under certain conditions. Furthermore, the supplier must be prepared for extra service during peak season, particularly from Thanksgiving to New Year's Day, and must adhere to a list of observed holidays that dictate service availability. Overall, the document establishes critical operational guidelines and expectations for mail transportation services in this remote region, emphasizing compliance with safety measures and responsiveness to weather contingencies.
The document outlines the representations and certifications required from offerors in connection with federal procurement processes, specifically for the U.S. Postal Service. It details the types of business organizations eligible to participate, such as corporations, nonprofits, and small businesses, alongside the definitions of small, minority, and woman-owned businesses. It mandates offerors to certify their independence in price determination, affirming that prices have not been discussed with competitors. The document also includes a certification regarding debarment or proposed debarment, where offerors must disclose their eligibility status and any criminal violations. Important elements include the necessity for a U.S. Taxpayer Identification Number and the requirement to submit IRS Form W-9. The certification process is significant in assessing the capability of offerors and ensuring compliance with ethical standards. Lastly, the document emphasizes that erroneous certifications can lead to contract termination, highlighting the importance of integrity in the bidding process. Overall, the purpose of this document is to establish clear guidelines for participation in government contracting, ensuring transparency and fairness in the competitive process.
Apr 11, 2025, 10:08 PM UTC
The document outlines pricing proposals and schedule details for a contract involving transportation services. It specifies the rates per Great Circle Mile (GCM) and roundtrip for a base period of four years, followed by two option periods of two years each. Moreover, it requires offerors to fill in specific pricing cells related to trips from Ketchikan (KTN) to Whidbey Island (WHD) and vice versa, which occur at specified frequencies. The document emphasizes that the mileages are based on historical data and do not guarantee actual mileage experienced during contract execution. Additionally, it mentions alternate routes to Hyder based on weather conditions, ensuring operational flexibility. The Total Evaluated Price for evaluation purposes aggregates all proposed rates over eight years. This document serves as a foundational framework for evaluating cost proposals in relation to government RFPs, ensuring transparency and adherence to predetermined metrics for transportation contracts.
Apr 11, 2025, 10:08 PM UTC
The document outlines the Supplier Supplemental Information Sheet as part of a federal Request for Proposal (RFP). It seeks essential corporate information from potential suppliers, including company name, OAG code, contact details, and tax identification. The form is divided into three parts: corporate information, a contact person for normal business hours, and a contact person for off-business hours. Each section requires specific details, such as names, titles, addresses, phone numbers, and available hours for both contact persons. The purpose of this information sheet is to facilitate communication and ensure that the government agency can efficiently reach suppliers during business and non-business hours. This streamlined process supports the RFP's ultimate goals of enhancing procurement efficiency and compliance within government contracting.
The provided document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations in Alaska. It specifies that contracts awarded on or after January 30, 2022, must pay covered workers at least $17.75 per hour influenced by Executive Order 14026, while older contracts maintain a minimum of $13.30 per hour under Executive Order 13658, unless a higher wage rate is listed. A comprehensive list of occupations, along with corresponding wage rates and required fringe benefits, is included. For example, administrative positions range from $17.71 to $30.07 per hour, while healthcare roles can be as high as $61.27 for dental hygienists. Additionally, the document outlines health and welfare benefits valued at $5.36 per hour and sick leave provisions under Executive Order 13706. The primary purpose of this document is to ensure compliance with federally mandated wage standards, thereby protecting workers engaged in service contracts, particularly in state and local RFPs, enhancing labor conditions across government contracting entities.
Apr 11, 2025, 10:08 PM UTC
The document outlines the compliance requirements for offerors responding to a federal Request for Proposals (RFP) related to air transportation and mail handling services. Key sections include supplier eligibility, which necessitates certifications, financial documentation, and the ability to ensure timely and secure mail transport. The security plan mandates implementing a comprehensive security program, while the operational plan emphasizes the capacity to meet performance schedules and handle peak season operations. The sustainability plan outlines how fuel consumption and emissions will be reduced, alongside innovative environmental practices. Furthermore, the document details the required contingency plans for operational disruptions due to mechanical issues, weather, or labor disputes. Additional sections require various certifications and documentation to affirm compliance with telecommunications standards and mail safeguarding. This matrix is critical for ensuring prospective contractors meet specified performance and operational standards while complying with federal guidelines and policies.
Apr 11, 2025, 10:08 PM UTC
The document titled "5A-25-A-0001 Attachment I - Security Plan" outlines the expectations for prospective suppliers regarding the security of mail handling within the context of a government solicitation. Suppliers are required to provide a detailed description of their strategies for safeguarding mail and ensuring personnel screening aligns with the specified guidelines in the solicitation. The emphasis on the protection of mail indicates a critical focus on maintaining security and confidentiality in government operations. The requirement to address personnel screening also highlights the importance of vetting individuals involved in the mail processes, underscoring the commitment to safety and compliance within federal frameworks. Overall, this document serves as a foundational requirement for suppliers seeking to engage in government contracts, calling for clear plans to protect sensitive materials while adhering to stipulated screening protocols.
Apr 11, 2025, 10:08 PM UTC
The document pertains to a federal Request for Proposal (RFP), specifically focusing on the Operating Plan as outlined in Attachment J. It requires prospective suppliers to articulate their operational strategies for delivering services as detailed in Attachment A - Schedule. The main expectation is for suppliers to provide a comprehensive overview of their approach to executing the work stipulated, which serves to ensure that the proposed methods align with the operational requirements of the project. The use of clearly defined operational plans is essential for evaluating supplier capabilities and fit for the intended scope, highlighting the importance of detailed planning in government procurement processes. Overall, this document underscores the critical role of operational clarity in the submission process for federal and state procurement opportunities.
Apr 11, 2025, 10:08 PM UTC
The document, Attachment K - Contingency Plan, is part of a federal request for proposals (RFP) focusing on the delivery of mail services. It outlines the obligation of prospective suppliers to provide a detailed strategy to ensure timely mail delivery in circumstances where normal operations, as specified in the accompanying Attachment J - Operating Plan, are disrupted. The core aim is to prepare for potential operational impediments by requiring suppliers to articulate their contingency measures, thereby ensuring continuity of mail services. This emphasis on preparedness underscores the importance of reliable communication channels within government operations, particularly during unforeseen events that may impact standard service delivery.
Apr 11, 2025, 10:08 PM UTC
The document outlines service details for air transportation involving two trips between KTN and WHD on July 10, 2025. Trip number 5201 reported a scheduled tender time of 10:30 AM, which was delayed to 11:15 AM, resulting in an unspecified weight discrepancy of -45,848 lbs. The return trip, number 5202, had a tender time of 11:45 AM, with late delivery recorded at 12:50 PM, also reflecting the same weight issue. Additionally, it mentions the postal required tender and delivery timings, but these are not fully detailed in the provided excerpt. The data suggests a pattern of delays in tender and delivery, potentially impacting mail transport efficiency. This document likely serves to track compliance with operational requirements for federal mail service contracts, emphasizing the necessity of punctuality in air freight logistics within the context of government contracts and grants. The file illustrates the importance of monitoring service performance, which is essential for maintaining efficiency and accountability in government-related transportation agreements.
The document outlines the requirements related to the use of covered telecommunications equipment in proposals submitted to the Postal Service. Offerors must check a certification box confirming that their products do not include prohibited telecommunications equipment, as listed on the System for Award Management (SAM). This certification must be part of the proposal and re-submitted if contract modifications occur. Offerors are prohibited from providing or using the specified equipment in their service delivery without obtaining a written waiver from the contracting officer. The purpose of these provisions is to ensure compliance with federal regulations regarding telecommunications and video surveillance services, safeguarding the Postal Service from potential risks associated with excluded equipment. Overall, the document emphasizes the importance of compliance and the necessity for transparency in the procurement process.
Apr 11, 2025, 10:08 PM UTC
The document addresses the requirements and inquiries related to the solicitation for air carrier services by the Postal Service, specifically for operations in Ketchikan and Hyder, Alaska. It emphasizes that potential suppliers must possess FAR 121 or FAR 135 certifications to transport mail and comply with all pertinent federal, state, and local regulations. It clarifies that the financial terms of the contract, including the maximum and minimum amounts, apply to the entire performance period. The Postal Service supports the implementation of Safety Management Systems among air carriers and refers interested parties to the solicitation's terms for specific safety, personnel screening, and pricing proposal requirements. The document serves as a reference for potential offerors seeking to understand the conditions of the request for proposal (RFP) and clarifies essential compliance components necessary for contract participation. Overall, it outlines the Postal Service's regulatory framework and operational expectations for prospective suppliers.
Apr 11, 2025, 10:08 PM UTC
The United States Postal Service (USPS) has released a Request for Proposal (RFP) for the procurement of Air Taxi services between Ketchikan, AK, and Hyder, AK. The contract aims for a duration of four years, starting from July 10, 2025, with potential extensions of two additional two-year option periods. The financial scope of the contract includes a minimum of $10,000 and a maximum limit of $1,950,000, applicable for the entire performance period. Proposals must be submitted by April 18, 2025, with any inquiries directed to designated USPS contacts by April 10, 2025. The solicitation details a fixed rate per Gross Cubic Meter (GCM) for an estimated quantity during each contract year, emphasizing structured rates for both the base and option periods. This initiative reflects USPS's ongoing commitment to improving air transportation services within Alaska, aiming to streamline logistics and enhance service delivery to these remote locations.
Apr 11, 2025, 10:08 PM UTC
The United States Postal Service is soliciting proposals for air transportation and ancillary services between Ketchikan and Hyder, Alaska, under solicitation number 5A-25-A-0001. The contract, effective from July 10, 2025, has a four-year base period with two optional extensions. Suppliers must meet specific aircraft requirements, handle terminal operations, and ensure timely delivery of various mail classes, prioritizing mail over other cargo. Performance metrics for on-time delivery are set at 98% for Express Mail, 96% for Priority Mail, and 95% for First-Class Mail. The work involves compliance with Federal Aviation Regulations and requires suppliers to have management plans in place for daily operations and contingencies. The proposal must demonstrate capabilities in service delivery, financial stability, security plans, and past performance. Suppliers must also maintain rigorous personnel screening processes to comply with postal security requirements. Moreover, the document outlines detailed reporting expectations, operational conditions, handling of hazardous materials, and communication protocols with postal officials. This RFP underscores the USPS's commitment to maintaining efficient air service logistics for mail transportation while ensuring adherence to safety and regulatory standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Contract Delivery Service (CDS) HCR 997A8 FAIRBANKS GMF, AK - H069, AK
Buyer not available
The United States Postal Service (USPS) is soliciting proposals for a Contract Delivery Service (CDS) for HCR 997A8 in Fairbanks, Alaska. The contract will involve regular transportation services, specifically box route services, with a contract term commencing on May 29, 2025, and extending until April 30, 2031. This procurement is critical for ensuring reliable mail transport and adherence to safety and operational standards, including compliance with Department of Labor wage determinations and proper vehicle specifications. Interested offerors must submit their proposals by April 28, 2025, at 10:00 AM Mountain Time, and can direct inquiries to Amy Warnecke at amy.warnecke@usps.gov or via fax at 651-456-6819.
Contract Delivery Service (CDS) HCR 829B1 FARSON, WY - H060, WY
Buyer not available
The United States Postal Service (USPS) is soliciting proposals for a Contract Delivery Service (CDS) for transportation between Farson, WY, and H060, WY, with the contract set to commence on June 1, 2025, and extend until April 30, 2031. Offerors are required to submit proposals electronically by April 24, 2024, including necessary documentation such as PS Form 7405 and a Highway Transportation Contract – Cost Worksheet, while adhering to strict operational and safety standards. This procurement is crucial for ensuring reliable and secure mail transportation, emphasizing compliance with regulatory requirements and high service performance standards. Interested parties should direct their proposals and inquiries to Amy Warnecke at amy.warnecke@usps.gov or via fax at 651-456-6819.
USCG TRANSPORTATION SUPPORT TO WESTERN ALASKA VILLAGES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for transportation support to Western Alaska villages, effective from June 1, 2025, to May 31, 2030. The BPA will facilitate transportation services from Bethel, Alaska, to various remote villages, with a focus on ensuring compliance with the Statement of Work and demonstrating technical capability. This procurement is crucial for enhancing logistical support in underserved areas, thereby improving access to essential services for local communities. Interested contractors must submit their quotes by May 19, 2025, to both Johnathan Maro and Robbin Kessler, with all inquiries directed to Robbin Kessler by April 25, 2025.
FY2025 USPS OIG Broad Agency Announcement
Buyer not available
The United States Postal Service Office of Inspector General (USPS OIG) has issued a Broad Agency Announcement (BAA) for Fiscal Year 2025, inviting proposals for professional, consultant, and support services to enhance its operations. The solicitation, identified as 6HQOIG-25-A-0001, seeks a range of services including legal advice, research solutions, investigations, audits, IT services, and administrative support, with submissions accepted on a rolling basis until September 30, 2025. This opportunity is significant as it allows for the procurement of essential services that support the OIG's mission, while also emphasizing compliance with specific reporting requirements, including those related to veteran assistance. Interested parties can reach out to USPS OIG Contracting at contracts@uspsoig.gov for further information, and contract award decisions are expected to be made within approximately 30 days of submission.
Postal Services
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified contractors to provide postal services during the relocation and renovation of the U.S. Naval Academy's post office in Annapolis, Maryland. The contractor will be responsible for managing postal operations, which includes staffing a postal manager and three mail clerks, ensuring efficient mail processing, and maintaining cleanliness in the postal facility, while also implementing modern solutions such as smart lockers for parcel tracking. This initiative is crucial for enhancing mail services for Midshipmen and staff, with an estimated performance start date of June 1, 2026, and a contract duration that includes a 12-month base period and four 12-month options. Interested parties should submit their capabilities statements to Caitlin King at caitlin.d.king2.civ@us.navy.mil by 10:00 a.m. Eastern time on May 6, 2025, as this is a Sources Sought Notice and not a solicitation for proposals.
Emergency Air Transportation Services
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for emergency air transportation services to support the National Veterinary Stockpile in response to animal disease outbreaks. This procurement involves a fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) contract set aside for small businesses, requiring vendors to provide comprehensive quotes that include pricing schedules and proof of SAM registration. The services are critical for ensuring the rapid and secure transport of materials, including temperature-sensitive and hazardous items, while adhering to strict safety and regulatory standards. Interested contractors must acknowledge the solicitation amendment and submit their proposals by April 28, 2025, at 1 PM EST, with inquiries directed to Linda Washington at linda.w.washington@usda.gov or by phone at 301-357-4973.
Performance-Based Logistics Services for ALC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for Performance-Based Logistics (PBL) services under solicitation number 70Z03825RB0000001. The procurement aims to secure logistical support for various aircraft, ensuring increased parts availability, reliability, and operational readiness through an Indefinite Delivery Requirements contract with Rockwell Collins, Inc. The contract will consist of a one-year base period with four optional one-year extensions, with a total ceiling of $99 million. Interested vendors must submit their proposals via email by April 16, 2025, at 4:30 PM EDT, and can direct inquiries to Livia M. Pippen at livia.m.pippen@uscg.mil.
PHMSA's Risk Assessment for HAZMAT Packages in an Unmanned Aircraft Systems (UAS) Environment
Buyer not available
The Department of Transportation's Pipeline and Hazardous Materials Safety Administration (PHMSA) is seeking proposals for a risk assessment concerning hazardous materials packaging in an unmanned aircraft systems (UAS) environment. The primary objective is to evaluate the safety performance of existing dangerous goods packaging requirements, considering the unique operational conditions and hazards associated with UAS operations, and to identify appropriate risk mitigations. This initiative is crucial for ensuring the safe transport of hazardous materials via UAS technology, reflecting the government's commitment to regulatory compliance and public safety. Interested contractors must submit their proposals by July 2, 2025, and can direct inquiries to Stephen Jones at stephen.jones@dot.gov or Tremayne Terry at tremayne.terry@dot.gov.
UNITED STATES COAST GUARD WATER BUOY SERVICE
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide water buoy services in various locations across Alaska. The contract encompasses the fabrication, installation, maintenance, and removal of navigational buoys, ensuring they are properly marked and maintained in accordance with Coast Guard specifications. This initiative is crucial for enhancing navigational safety in Alaskan waters, particularly in areas such as the Kwigillingok River, Unalakleet River, and Kotzebue Sound. Proposals are due by April 10, 2025, with the anticipated award date set for May 2025, and services expected to commence on June 1, 2025. Interested contractors can reach out to Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil for further inquiries.
Daily Hangar Rental Blanket Purchase Agreement Dutch Harbor ALASKA
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source Blanket Purchase Agreement (BPA) for the rental of hangar space in Dutch Harbor, Alaska. The agreement will cover the infrequent daily rental of a 2,250 square foot hangar, which will be utilized for the storage and maintenance of Coast Guard aircraft during mission operations in the Bering Sea. This procurement is critical as Dutch Harbor is a remote location with limited facilities, and Guardian Flight LLC is the only vendor capable of meeting the government's requirements. Interested parties may submit their qualifications to Robbin Kessler at robbin.m.kessler@uscg.mil by April 24, 2025, at 1:00 p.m. Alaska time, although this notice is not a request for competitive quotes.