SPECIAL NOTICE
V -- Notice of Intent to Sole Source: SWTW Fixed Wing Airlift Support
- Notice Date
- 6/4/2025 10:17:37 AM
- Notice Type
- Special Notice
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- FA3002 338 ESS CC JBSA RANDOLPH TX 78150-4300 USA
- ZIP Code
- 78150-4300
- Solicitation Number
- FA3002SWTW-02
- Response Due
- 6/19/2025 10:00:00 AM
- Archive Date
- 07/04/2025
- Point of Contact
- Jackson Hager, Kevin Harris
- E-Mail Address
-
jackson.hager@us.af.mil, kevin.harris.58@us.af.mil
(jackson.hager@us.af.mil, kevin.harris.58@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Pursuant to FAR 5.2, this notice serves as a synopsis of a proposed contract action announcement of the Air Force Installation Contracting Center, 338 Enterprise Sourcing Squadron, Lifecycle Training Flight (AFICC 338 ESS/PKAD) at Joint Base San Antonio � Randolph, TX (JBSA-Randolph) intent to utilize FAR part 15 Sole Source Negotiation utilizing FAR 6.302-1 only one responsible source and no other supplies or services will satisfy agency requirements � Indefinite Quantity (IDIQ) contract to Win Aviation - (3210 Pleasant St #8469, DeKalb, IL 60115) for the provision of Fixed Wing Airlift Support Services for the Special Warfare Training Wing. ?The anticipated ordering period is 6 Nov 2025 to 5 Nov 2030. The justification for this sole source procurement is based on: Unique Capabilities:?Win Aviation is the only vendor with capability to operate aircraft in sufficient numbers that meet the requirements. Specifically, the SWTW requires the vendor to provide a fixed wing ramp aircraft with inward folding side doors that can be opened/closed in flight, with an over the ramp bundle capability of 900 lbs. Aircraft shall be capable of flying at 18,000 feet MSL and have a minimum of 18 seats installed (e.g. approved side fold-up seats), rigged for SL/MFF/CDS paradrop operations as required, with an allowable cabin floor load capable of transporting 16 combat equipped jumpers, two jumpmasters (300 lbs. ea.), and 100 lbs. of additional equipment per mission/flight iteration. Additionally, the aircraft must be capable of deploying six water-equipped SL/MFF jumpers (300 lbs ea.) with a CDS bundle (up to 900 lbs) and 2 jumpmasters (275 lbs. ea.). Aircraft shall have the flexibility to transport parachutists and cargo weighing a minimum of 5,500 lbs. at +10 degrees Celsius for two hours non-stop during Instrument Flight Rules (IFR) conditions. In addition, Win Aviation is listed on the AMC Paratroop Commercial Operator Part 91 listing. This contract requires a minimum of two aircraft certified under AMC Paratroop Air Carrier Part 91 listing, with the ability to provide two replacement aircraft within 36 hours (one at each training location), should maintenance problems require it. This ensures training will not be interrupted due to mechanical failure which would disrupt SWTW's pipeline. Furthermore, Win Aviation is the only vendor that meets this requirement, with a total of five (5) Part 91 SD-3 Sherpa aircraft currently AMC Part 91 certified. THIS NOTICE OF INTENT TO SOLE SOURCE IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. However, interested parties who believe they can fulfill this requirement may, in response to this notice, submit a capability statement demonstrating their ability to provide an equivalent service. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the Government's discretion. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. ? The primary point of contact for this Notice of Intent is Jackson Hager.? Contact with other Government personnel regarding this notice is not permitted.? If your organization is capable of providing the training support service described above, please electronically submit the requested information to Jackson via email: jackson.hager@us.af.mil (CC. Kevin Harris via email: kevin.harris.58@us.af.mil) no later than?19 June 2025, Noon, 12:00 p.m. Central Daylight Time. ? Capability statements received after this date and time will not be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e25fb9212de441a79ec66c9ca5aab545/view)
- Place of Performance
- Address: JBSA Lackland, TX, USA
- Country: USA
- Country: USA
- Record
- SN07465322-F 20250606/250604230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |