Moving and relocation services for the Portable Reduced Oxygen Training Equipment (PROTE)
ID: 25-PROTEType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GJ NON-FRANCHISE ACQ SVCOKLAHOMA CITY, OK, 73125, USA

NAICS

Specialized Freight (except Used Goods) Trucking, Long-Distance (484230)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking qualified contractors to provide commercial moving and relocation services for its Portable Reduced Oxygen Training Equipment (PROTE), which is essential for simulating hypoxia conditions for pilot training. The contractor will be responsible for all aspects of the moving process, including the provision of trained personnel, equipment, and vehicles that meet specific safety and handling criteria, as outlined in the attached Statement of Work (SOW). This equipment is crucial for delivering hypoxia training to pilots across the Continental United States, emphasizing the FAA's commitment to safety and regulatory compliance in its logistical operations. Interested parties must submit their responses by 3:00 P.M. Central Time on November 5, 2024, to Kimberly Sites at kimberly.sites@faa.gov, and are encouraged to review the SOW for detailed requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued a Request for Proposal (RFP) for commercial moving and relocation services for its Portable Reduced Oxygen Training Equipment (PROTE), which simulates hypoxia for pilot training. The contractor is responsible for all aspects of the moving process, including providing trained personnel, equipment, and vehicles that meet specific safety and handling criteria. Key tasks include transportation coordination, ensuring crew training, protecting government property, and adhering to special handling requirements for sensitive equipment. The contract will involve designated points of contact for scheduling, quality control systems, and compliance with environmental standards as part of the FAA’s Green Procurement Plan. Invoicing and payment depend on acceptance of services rendered, and the contractor must maintain proper certifications for their personnel. The project's performance period spans ten months, with tasks focused primarily within the Continental United States. Overall, this RFP emphasizes the FAA's commitment to efficiency, safety, and adherence to regulatory requirements in its logistical operations.
    Similar Opportunities
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet. The contract will be structured as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure aircraft readiness and compliance with FAA regulations. This procurement is critical for maintaining operational safety and efficiency within the FAA's aviation services. Proposals are due by October 30, 2024, at 3:00 PM CT, and interested contractors should direct inquiries to Stephanie Riddle at stephanie.r.riddle@faa.gov.
    Aerospace Medical Research and Safety Management Technical Support Services
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide Aerospace Medical Research and Safety Management Technical Support Services for its Civil Aerospace Medical Institute (CAMI) located in Oklahoma City, Oklahoma. The procurement aims to identify capable 8(a) sources that can deliver staffing support, technical expertise, and project execution to enhance aeromedical research and safety assurance functions, including medical data analysis and toxicological assessments. This initiative is critical for advancing aviation safety through rigorous research and compliance with FAA standards, ensuring effective oversight of pilot medical-related human factors risks. Interested parties must submit their responses to the market survey by 5:00 p.m. Eastern Time on October 18, 2024, to the Contracting Officer, Andre Casiano, at andre.casiano@faa.gov.
    S-76D Flight Simulator Visual System
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the development of a visual system for the S-76D cockpit simulator, which is crucial for flight safety research in helicopter operations. The project aims to design and implement an immersive visual system that meets specific performance criteria, including a wide field of view and capabilities for simultaneous RGB and Infrared imagery, ensuring enhanced pilot training efficacy. This procurement is set aside for small businesses, with a firm-fixed price contract anticipated over a two-year period, and interested contractors must submit their proposals by the deadline of November 6, 2024. For further inquiries, potential offerors can contact Lisa Bethea at lisa.t.bethea@faa.gov or Christine Yezzo at christine.yezzo@faa.gov.
    MXG Moving Services - 146th AW Channel Islands, CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for moving services at the 146th Airlift Wing, Channel Islands Air National Guard Station in Port Hueneme, California. The contractor will be responsible for the non-personal relocation of office furniture and industrial equipment from Building 801 Hangar to nearby auxiliary buildings, with the project expected to commence around November 15, 2024, and to be completed within 14 days post-notice to proceed. This procurement is critical for facilitating a hangar renovation project and is set aside exclusively for small businesses under NAICS code 484210, with a small business size standard of $34 million. Interested contractors should contact Toni Wasgatt at toni.wasgatt@us.af.mil or William Tucker at william.tucker.32@us.af.mil for further details, noting that funds are not currently available for this effort and that the government reserves the right to cancel the RFQ at any time.
    DFW District Janitorial Services
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to provide janitorial services across multiple locations within the Dallas-Fort Worth District. The procurement is structured as an 8(a) set-aside and encompasses a contract period from January 1, 2025, to December 31, 2029, with specific cleaning requirements outlined in the Statement of Work and frequency charts for various facilities. This contract is critical for maintaining operational cleanliness and safety standards at FAA facilities, which include air traffic control towers and regional terminals. Interested offerors must submit their proposals electronically by the specified deadline and acknowledge all amendments to the solicitation, with further inquiries directed to Marshavia Clark at marshavia.clark@faa.gov.
    Outbound Cargo Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide outbound cargo services at Hurlburt Field, Florida. The procurement aims to secure non-personal services, including packing, preservation, and transportation of various cargo types, under the guidance of the Transportation Officer. These services are critical for ensuring the efficient movement of general, special, and high-priority cargo, including hazardous materials, while adhering to military and commercial transportation standards. Interested parties must submit a statement of interest, including company details and relevant experience, by 2:00 PM (Central Standard Time) on September 16, 2024, to the primary contacts, Margaret Peerman and Amy Jenkins, via their provided email addresses.
    Janitorial Services for various locations in the Houston District across South Texas.
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services across multiple locations in the Houston District of South Texas. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a firm-fixed price procurement for a base year starting February 1, 2025, with the option for four additional years. These services are crucial for maintaining cleanliness and operational efficiency at FAA facilities, including air traffic control towers and administrative offices. Interested contractors should review the solicitation documents and submit their proposals, adhering to the specified requirements, including wage determinations and quality control measures, by the designated deadlines. For further inquiries, contact Valentin Saucedo at valentin.ctr.saucedo@faa.gov.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the installation of critical power systems across various National Airspace System (NAS) facilities throughout the United States. The procurement involves project management, design services, and installation work for power systems and ancillary equipment, with a focus on ensuring reliable power distribution to support FAA operations. This initiative is vital for maintaining the operational integrity and safety of air traffic control and other FAA functions, reflecting the importance of robust electrical infrastructure in aviation. Interested contractors must submit their Phase 1 proposals by October 30, 2024, at 6:00 PM CST, and are encouraged to direct inquiries to Stefanie Wiles or Amanda J. Garen via their provided email addresses. The anticipated contract will be structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a total estimated value of approximately $1.3 billion.
    In-Flight Trainer (IFT) Aircraft
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking sources for the provision of Contractor Owned Government Operated (COGO) Boeing 707/737 aircraft to support E-6B Mercury pilot training. The procurement aims to enhance pilot training capabilities while minimizing flight hours on existing fleet aircraft, requiring comprehensive operational, logistical, and engineering services, including initial pilot differences training for Fleet Replacement Squadron instructors. This initiative is crucial for maintaining pilot currency and operational readiness, with a proposed contract duration of one base year and four one-year options from FY25 through FY29. Interested contractors must submit capability statements by 10:00 AM Eastern on October 31, 2024, to Melissa Buchanan and Lisa Troccoli via the provided email addresses, as all submissions will be considered for determining competitive procurement opportunities.