Request for Proposal: Air Taxi Services – Anchorage / Tyonek / Beluga / Alexander Creek, Alaska
ID: 5A-25-A-0002Type: 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 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 9:00 PM UTC
Description

The United States Postal Service (USPS) is soliciting proposals for air taxi services to facilitate mail transport between Anchorage, Tyonek, Beluga, and Alexander Creek, Alaska. The contract, which has an initial term of four years starting July 31, 2025, includes options for two additional two-year extensions and requires suppliers to manage all aspects of mail transport, prioritizing mail over passengers and freight. This service is crucial for ensuring reliable communication and connectivity in remote Alaskan communities, with a contract value ranging from $10,000 to $550,000. Interested suppliers should contact Diane N. Brown at diane.n.brown@usps.gov or Doug Brewer at Douglas.E.Brewer@usps.gov for further details and to access the solicitation package.

Files
Title
Posted
Apr 11, 2025, 9:11 PM UTC
The government file outlines a transportation solicitation (5A-25-A-0002) offering service schedules for Anchorage, Tyonek, Beluga, and Alexander Creek in Alaska. It details winter (October 1 to April 30) and summer (May 1 to September 30) trip schedules, specifying departure and arrival times, mileage, and frequencies for each route. The document categorizes trips as “1, 3, 5” and “2, 4” based on the days of operation, indicating specific routes for regular and alternative schedules. Each route lists the round-trip mileage and expected annual trip counts, with noted national holidays when the service would not operate. It sets minimum capacity requirements for cubic feet and weight, while also allowing the supplier flexibility in operational logistics from a secondary airfield, Merrill Field. The purpose of this solicitation aligns with government RFP processes aimed at securing reliable transportation services for these remote Alaskan communities, ensuring accessibility and connectivity for residents. This structured approach demonstrates efficiency in resource allocation for public transportation requirement fulfillment.
This document outlines the representations and certifications required for offerors responding to federal Request for Proposals (RFPs) and grants, specifically tailored for the U.S. Postal Service. It opens by prompting offerors to identify their type of business organization—ranging from corporations to nonprofit organizations—and to specify if they qualify as small businesses or minority-owned enterprises. The criteria for small business designation are clearly defined, along with explanations for minority and woman-owned businesses. Additionally, offerors must disclose their relationships with Postal Service employees to ensure compliance with ethical standards. The document requires the submission of a U.S. Taxpayer Identification Number (TIN) and offers clarity on parent company definitions, along with necessary certifications regarding pricing integrity and competition. A critical certification to be completed by bidders worth $100,000 or more addresses debarment and legal eligibility, ensuring they are free from prior convictions or contract defaults. It is emphasized that providing false information may lead to severe legal repercussions. Overall, this document is essential in maintaining transparency and ethical practices within federal procurement processes.
Apr 11, 2025, 9:11 PM UTC
The document outlines pricing proposals for a federal solicitation (5A-25-A-0002) related to transportation services based on the Great Circle Mile (GCM) rate. It is divided into three primary sections: pricing data for the base period (four years), Option Period 1 (two years), and Option Period 2 (two years), along with a summary of service schedules. Each period requires bidders to fill in their proposed rates per GCM, which will determine the total annual and evaluated prices used for contract allocation. The estimated trips are detailed with unique trip numbers, service points, frequencies, and calculated annual miles, totaling 23,926 miles across various offerings. The document clarifies that the provided mileage data is based on historical records and does not guarantee minimum mileage, emphasizing that the Total Evaluated Price will only be used for evaluation purposes. This structured request for proposals highlights the federal government's process of soliciting competitive bids for service contracts by promoting transparency and accountability in pricing strategies.
Apr 11, 2025, 9:11 PM UTC
The document is a Supplier Supplemental Information Sheet associated with solicitation #5A-25-A-0002. It serves as a formal solicitation for suppliers to provide essential corporate and contact information as part of a federal government Request for Proposals (RFP). The first part requests the supplier's corporate details, including company name, OAG code, tax identification code, and address. The second and third parts are designated for normal and off business hours contact representatives, requiring names, titles, addresses, phone numbers, and emails, including additional remarks if necessary. This structured template ensures that potential suppliers provide comprehensive and accurate information for consideration in federal grants and RFPs, facilitating communication and operational effectiveness within the procurement process.
This document presents Wage Determination No. 2015-5681 issued by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits required under the Service Contract Act. Effective for contracts awarded on or after January 30, 2022, workers must be paid at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage of $13.30 unless a higher rate applies. The document lists occupational wage rates for various job titles across several sectors, including administrative support, food services, healthcare, and mechanics, indicating specific rates and benefits. Additionally, it emphasizes the requirements for paid sick leave as stipulated by Executive Order 13706 and outlines health and welfare benefits of $5.36 per hour, vacation entitlements, and holiday pay. The comprehensive listing of occupations includes necessary information for compliance with federal contracting regulations and processes for requesting additional classifications and wage rates. This wage determination is pivotal for ensuring fair compensation for workers under federal contracts, especially in relation to federal RFPs and grants.
Apr 11, 2025, 9:11 PM UTC
The document outlines the compliance matrix required for potential offerors responding to a federal Request for Proposals (RFP) related to mail transportation services. It specifies several crucial categories that offerors must address, including Supplier Eligibility, Security Plan, Supplier Capability, Past Performance, Sustainability Plan, Operational Plan, Management Plan, Contingency Plan, Pricing, and various required certifications. Key eligibility criteria include certifications, financial stability, and security measures, while the operational aspects cover the ability to meet service demands and support services during peak seasons. Offerors must also demonstrate sustainable practices and preparedness for various contingencies, including environmental and operational disruptions. The matrix serves as a structured approach for evaluating bidders, ensuring they can meet the stringent requirements of the federal government's mail services contract.
Apr 11, 2025, 9:11 PM UTC
The document outlines the requirements for prospective suppliers in relation to a government solicitation regarding the protection of mail services. It emphasizes the necessity for suppliers to provide a detailed security plan, specifically addressing how they will secure mail processing and align with the solicitation's Personnel Screening section. The focus is on ensuring that the suppliers demonstrate their capability to maintain security protocols effectively. In this context of the federal RFP, the document highlights the critical components of procurement processes, emphasizing transparency and compliance in security measures designed to safeguard sensitive information. Suppliers must clearly articulate their strategies for risk management and personnel vetting, which are vital for maintaining the integrity of mail operations within government frameworks.
Apr 11, 2025, 9:11 PM UTC
The document is a directive for prospective suppliers responding to a federal Request for Proposal (RFP). Specifically, it requires suppliers to outline their operational strategy as per the expectations detailed in Attachment A - Schedule. The focus is on how suppliers plan to execute the work outlined in the schedule, emphasizing the importance of a comprehensive operational plan that meets federal standards. By asking for detailed operational methodologies, the RFP aims to ensure that suppliers demonstrate their capability to efficiently manage and deliver services within the stipulated timeframes and quality benchmarks. This document highlights the necessity for clarity in supplier proposals, fostering a competitive selection process aimed at achieving high-quality project outcomes.
Apr 11, 2025, 9:11 PM UTC
The government document labeled 5A-25-A-0002, Attachment K, focuses on the contingency plan required from prospective suppliers to ensure the timely delivery of mail services under disrupted operational conditions. It outlines the necessity for suppliers to detail their strategies for maintaining service delivery if normal operations, as previously established in Attachment J - Operating Plan, become compromised. This contingency planning is essential to prepare for unforeseen circumstances that could impede the regular functioning of mail services. The document underscores the importance of reliability in postal operations, ensuring uninterrupted service even in times of crisis or operational challenges.
Apr 11, 2025, 9:11 PM UTC
This document details transport logistics for a series of scheduled mail flights between locations such as MRI, TYE, and BLG on various dates in August 2025. Each entry includes specific information such as trip numbers, origins, destinations, frequencies, actual tender and delivery times, as well as weight metrics alongside comments indicating consistent errors labeled as "Err:507." Key points highlight the recurring theme of lateness in both tendering and delivery across multiple flights, suggesting potential operational inefficiencies or issues. The document's structure emphasizes a systematic approach to recording flight specifics, including transport challenges which could impact the effectiveness of delivery services. Given the context related to government RFPs and grants, this file underscores the importance of reliable mail transport systems in supporting federal operations and ensuring timely communication and service delivery within governmental frameworks. Addressing these recurring errors is vital for enhancing service reliability and contractual obligations in future RFP submissions.
The document outlines compliance requirements regarding covered telecommunications equipment for offerors submitting proposals to the Postal Service under Solicitation# 5A-25-A-0002. It mandates that offerors review the list of excluded parties on the System for Award Management (SAM) to ensure that they do not provide any telecommunications equipment or services deemed covered under federal regulations. Offerors must certify that none of the products supplied involve such equipment, with specific exceptions outlined. This certification is necessary not only at the proposal stage but also when contract modifications occur. Additionally, if any products identified as prohibited are required, a written waiver from the contracting officer must be obtained. These provisions ensure adherence to federal laws that restrict contracting for certain telecommunications and video surveillance services, reflecting the government's focus on safeguarding against security risks.
Apr 11, 2025, 9:11 PM UTC
The United States Postal Service (USPS) is soliciting proposals for an air taxi service contract covering transport between Anchorage, Tyonek, Beluga, and Alexander Creek, Alaska, with an initial four-year term starting July 31, 2025, and option periods allowing for two additional two-year extensions. The contract’s minimum and maximum values are $10,000 and $550,000, respectively. The supplier must manage all aspects of mail transport, including terminal and ground handling, while prioritizing mail over passengers and freight. Proposals must detail capabilities, security plans, past performance, and sustainability practices. A clear operational management outline is required to ensure timely delivery even during peak volumes or emergencies. Performance metrics stipulate strict on-time delivery percentages for various mail classes. The document emphasizes compliance with federal aviation and USPS regulations concerning mail handling, including hazardous material transport. Additionally, it requires thorough personnel screening standards to maintain security. The solicitation outlines the evaluation process, focusing on supplier qualifications, operational capability, and financial stability, encouraging detailed, clear submissions to enhance proposal competitiveness. This solicitation reflects USPS’s commitment to maintaining efficient and secure air transport services for mail delivery in Alaska.
Lifecycle
Title
Type
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.
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.
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.
AK USFS Chug1004 9(1), Vagt Lake Trailhead
Buyer not available
The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
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.
SEEKING SOURCES: LIGHT LIFT HELICOPTER SERVICES - MULTIPLE OPPORTUNITIES IN NATIONAL FORESTS LOCATED IN WASHINGTON, IDAHO, AND MONTANA
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide light lift helicopter services for multiple projects supporting site inspections of remote U.S. Forest Service (USFS) observation towers in Washington, Idaho, and Montana. The FAA requires contractors to transport personnel and tools to various designated landing zones, with each project involving specific dates, estimated durations, and payloads of approximately 500 lbs. These services are critical for maintaining communication and lookout structures in areas where ground access is limited. Interested vendors must submit their capability statements and responses to the market survey by emailing Josh Huckeby at joshua.d.huckeby@faa.gov, ensuring their registration in the System for Award Management (SAM.gov) is current. The FAA anticipates awarding separate Firm Fixed Price contracts based on competitive pricing, with the announcement remaining open until acquisition strategies are established.
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.
McChord Postal Service
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide postal services at McChord Air Force Base in Washington. The procurement involves a combined synopsis and solicitation for services classified under the NAICS code 491110, which pertains to postal services, and the PSC code R604, indicating administrative support for mailing and distribution. These services are crucial for maintaining efficient communication and logistics within military operations. Interested parties can reach out to Samuel Kamau at samuel.w.kamau.civ@army.mil or by phone at 15207148249, or Jason D. McCormick at jason.d.mccormick4.civ@army.mil or 5207148128 for further details regarding the solicitation process.