Air Charter Transportation Between Kenai and Middleton Island in Alaska
ID: 697DCK-25-R-00053Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER (V221)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking offers for air charter transportation services between Kenai and Middleton Island in Alaska, specifically for the transport of government personnel, baggage, freight, and equipment on an on-call basis. The contract will be awarded as a firm-fixed price agreement, covering a base year plus four option years, and is set aside for small businesses under NAICS Code 481211, which pertains to nonscheduled chartered passenger air transportation. This service is crucial for ensuring timely and reliable transportation in a remote area, with an estimated 290 trips projected over the contract duration, although the number of trips is not guaranteed. Interested contractors must submit their proposals by February 18, 2025, and direct any questions to Angela Furukawa at angela.furukawa@faa.gov by January 24, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document contains various data related to federal and state/local Requests for Proposals (RFPs) and grants, focusing on the management and implementation of projects. It highlights funding opportunities aimed at addressing specific community needs through government initiatives, emphasizing regulations, eligibility criteria, and application processes. The document's structure appears to be fragmented, suggesting data related to different projects or initiatives without a clear organization. Key points include the identification of eligible bidders, necessary qualifications, and deadlines for submissions. It clarifies the requirements for project proposals and funding allocation, ensuring accountability and transparency in the use of public funds. The overarching purpose of the document is to guide potential applicants on how to navigate the proposal process effectively and secure funding for projects that align with governmental priorities. This guide is significant for stakeholders in both rural and urban areas seeking to improve infrastructures or community services through federal support, reflecting the government's commitment to economic development and enhancement of public welfare.
    The Contractor Staffing Access Questionnaire aims to gather information about the access needs of a contractor's employees to inform the Federal Aviation Administration (FAA) about investigation and badging requirements in the event of a contract award. Contractors are requested to estimate the number of personnel supporting the contract and provide details for each labor category involved. Key information includes the position titles, estimated employee count, and whether employees will need routine access to FAA facilities or systems, as well as access to sensitive unclassified information. This structured approach allows the FAA to assess security and access requirements based on the labor categories associated with the contract. The emphasis on security vetting reflects the importance of safeguarding sensitive FAA operations and infrastructure.
    The document outlines the Customer Satisfaction Survey for Solicitation # 697DCK-25-R-00053 related to the Federal Aviation Administration (FAA). It establishes the procedures for submitting the survey, which must be emailed directly to the designated Contracting Officer, Angela Furukawa, by February 18, 2025. Responses must come from the customer rather than the proposing company to ensure impartiality. The survey consists of four key evaluation questions focused on service completion timeliness, contractor responsiveness to needs, problem-solving capabilities, and overall satisfaction with contractor service performance. Each question uses a five-point scale ranging from "Excellent" to "Unacceptable," allowing for additional comments. The purpose of this survey is to assess the performance of companies bidding in a government contract, ensuring that the FAA can gauge past performance to inform selection decisions. By establishing a clear process and criteria for evaluation, the FAA aims to enhance service quality and contractor accountability in its acquisitions.
    The document outlines the pricing structure for transportation services required under a government contract, specifically related to trips between Kenai and Middleton Island. The contract spans from April 1, 2025, to March 31, 2030, with a base year and four additional option years, each specifying an estimated 58 trips per year. The pricing must encompass all associated costs such as fuel, fees, and taxes, with a note indicating that the number of trips is an estimation and not guaranteed. A total of 290 trips are projected over the contract's duration, with the unit price yet to be determined. The document serves as a request for proposals (RFP) to ensure potential contractors are clear about the requirements and costs involved in providing these services. It highlights the federal government's structured approach to budgeting for transportation needs, ensuring transparency in contract obligations.
    The document outlines a Statement of Work for air charter services to be provided by a contractor for the transportation of government personnel and goods between Kenai and Middleton Island in Alaska. The service requires IFR-capable aircraft that can carry at least seven passengers along with 1,700 pounds of baggage and freight, with provisions for an alternate aircraft required approximately 15% of the time. Flights will be on an on-call basis, with availability dictated by weather and urgency, necessitating emergency services within four hours and administrative services within 24 hours of notification. Pilots must meet specific FAA qualifications and prioritize safety, able to cancel flights if conditions are deemed unsafe. The document also outlines provisions for the contractor's liability, insurance requirements, and procedures for billing and payment. This RFP illustrates the government’s commitment to ensuring safe and reliable air transportation services while following regulatory standards and operational best practices.
    Similar Opportunities
    Juneau/Sitka Propane Related Equipment and Services Requirements Contract
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking small business contractors for a requirements contract related to propane equipment and services for the Glacier System Support Center in Juneau and the Sitka Flight Service Station in Alaska. The contract will cover the provision of propane fuel, tank rentals, and delivery services, including truck and helicopter transport to various remote locations, with a base period of one year and four optional years. This procurement is crucial for ensuring reliable fuel supply to FAA operations in these regions, and interested small businesses must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by February 6, 2025, at 3:00 PM Central Daylight Time to be considered for the upcoming solicitation.
    V--EXCLUSIVE USE (EU) HELICOPTER (HELO) Type III NON-FIRE RESOURCES (ARCTIC DISTRI
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit a contract for exclusive use helicopter services in Fairbanks, Alaska, under Solicitation 140D0425Q0213. The contract requires a contractor-operated light helicopter that can seat five passengers and meet specific performance criteria, including a payload capacity of 600 pounds, turbine engine specifications, and compliance with FAA regulations, to support various missions such as remote maintenance and resource activities. This five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract is anticipated to commence in April 2025, following the termination of the previous contract, and is open to small businesses registered in the System for Award Management (SAM). Interested parties can direct inquiries to Heather Sizick at heathersizick@ibc.doi.gov.
    Request for Information - Bethel, Alaska Transportation
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from qualified transportation service providers to facilitate round-trip transportation for personnel visiting approximately 40 villages in western Alaska. The primary objective is to ensure efficient and safe travel for inspection and fieldwork operations, with transportation originating from Bethel, Alaska, and providers required to remain onsite during visits lasting up to four hours. This Request for Information (RFI) is part of market research to identify potential vendors capable of meeting these transportation needs, with responses due by February 4, 2025. Interested parties should direct their inquiries and submissions to Johnathan Maro at Johnathan.l.maro@uscg.mil, and are encouraged to review the detailed requirements outlined in the RFI.
    Level Island Remedial Investigation and Groundwater Monitoring
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified Small Business Administration (SBA) 8(a) certified contractors to conduct a remedial investigation and groundwater monitoring at the Level Island former landfill in Alaska. The project involves defining the extent of contamination, installing monitoring wells, collecting groundwater and surface water samples, and preparing ecological risk documents, with fieldwork expected to occur from April to September 2026, weather permitting. This opportunity is crucial for environmental remediation efforts and compliance with regulatory standards. Interested vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by February 7, 2025, at 1:00 PM Central Daylight Time to be considered for the future solicitation.
    Additional Aircraft for Arctic Pioneering Air Charter Services to Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory Arctic Exercise (ARCEX) 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking qualified air charter service providers for the Arctic Exercise (ARCEX) 2025, specifically for additional aircraft to support operations at the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory. The procurement involves providing chartered air services capable of conducting Pioneering Landings on unimproved ice surfaces, with aircraft required to operate in remote Arctic conditions, covering distances of 100 to 225 nautical miles from Deadhorse Airport in Prudhoe Bay, Alaska. This initiative is critical for facilitating logistical support for undersea warfighting operations, emphasizing safety, technical competence, and regulatory compliance. Interested vendors must submit their proposals by February 6, 2025, at noon Central Time, and can direct inquiries to Matthew R. Bowen at matthew.r.bowen4.civ@mail.mil or by phone at 618-578-4067.
    FEB SAAM 3182-01 and 3182-02, KTMB-MUGM-KTMB, 20 pax, 19 and 20 February 2025
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking qualified small businesses to provide FAA Part 135 Chartered Passenger Airlift services for transporting 20 passengers between Miami Executive Airport, Florida, and Naval Station Guantanamo Bay, Cuba, on February 19 and 20, 2025. The procurement aims to award a single firm-fixed-price purchase order, with specific requirements including compliance with weight specifications, ground time regulations, and necessary clearances for the airlift operations. This opportunity is significant for small businesses in the aviation sector, emphasizing the importance of adhering to federal regulations and providing competitive pricing. Interested offerors must submit their quotations electronically by noon on February 3, 2025, and can direct inquiries to Matthew R. Bowen at matthew.r.bowen4.civ@mail.mil or by phone at 618-578-4067.
    FAA REPLACE BOILERS AT NOME ALASKA
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to replace boilers at the FAA housing complex in Nome, Alaska. The project involves providing all necessary labor, tools, equipment, materials, and supervision to remove and replace the central heating system's boilers and associated piping, while maintaining heating services throughout the process. This procurement is crucial for ensuring reliable heating services in the region and is set aside for Small Disadvantaged Businesses, with the intention to award a single firm fixed-price contract. Interested parties can contact Wayne Mottley at wayne.mottley@faa.gov for further details.
    V--Exclusive and On-call helicopter flight services
    Interior, Department Of The
    The Department of the Interior is seeking qualified contractors to provide Exclusive Use and On-Call helicopter flight services in support of the U.S. Navy's weapon test and evaluation programs. The procurement requires one medium lift helicopter based in Norfolk, VA, for various operations, including passenger transport and recovery missions, along with an on-call helicopter available in the contiguous U.S. These services are critical for facilitating transportation between ship and shore and conducting tracking and recovery operations during naval exercises. Interested parties must submit their responses to the Request for Information by February 7, 2025, and can direct inquiries to Homer Shoup at homershoup@ibc.doi.gov or by phone at 571-560-0003.
    Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) Services
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking to establish Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) services related to Air Traffic Control (ATC) facilities across the United States. The FAA intends to add up to five qualified contractors to these agreements, which will facilitate various construction and modernization projects essential for maintaining and enhancing the National Airspace System (NAS). This procurement is critical for ensuring the safety and efficiency of air traffic operations, with projects potentially valued at $50 million or more. Interested vendors must submit their proposals by February 14, 2025, and direct any inquiries to Katherin Fogle at katherine.fogle@faa.gov.
    Replacement of Door in Albuquerque, New Mexico
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the replacement of Control Room Double Doors at the Albuquerque Air Route Traffic Control Center in New Mexico. The project requires contractors to provide all necessary engineering, materials, labor, and supervision to complete the work in compliance with FAA regulations and safety standards, with a budget ranging from $25,000 to $50,000. This initiative is part of the FAA's commitment to maintaining secure and functional aviation control facilities, emphasizing the importance of small business participation in federal contracts. Proposals are due via email by February 3, 2025, at 2:00 PM Central Time, and interested parties should direct inquiries to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.