Skip to main content

An official website of the United States government

You have 2 new alerts

FEMA Chartered Aircraft Cancellation Standards

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 21, 2024 11:58 am EST
  • Original Response Date: Mar 21, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: V111 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR FREIGHT
  • NAICS Code:
    • 481212 - Nonscheduled Chartered Freight Air Transportation
  • Place of Performance:
    Washington , MS
    USA

Description

The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Transportation Management Division (TMD), requires information regarding the industry standard concerning the timelines and costs incurred re: the cancellation of chartered aircraft for disaster response purposes.

Interested contractors shall submit their RFI responses electronically to Isaac Chapple, Isaac.Chapple@fema.dhs.gov, and Miranda Mowrey, Miranda.Mowrey@fema.dhs.gov, no later than 12:00 PM Eastern Standard Time (EST) on March 21, 2024.

“RFI Response for FEMA TMD Cancellation Policy” shall be in the subject line of your e-mail.  All responses shall be unclassified, with proprietary information clearly marked. The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Pages shall be 8.5 by 11 inch and shall use a type of pitch that is no smaller than a standard 11-point font type, except for charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed (page limit) pages in length including images, data displays, charts, graphs, and tables. Page limitation does not include: 1 cover page. Do not include promotional materials.

RFI Responses shall include the following information in the order below: 

A.  Cover Page with the following information:

1.   Company Name 

2.   Company Address 

3.   UEI Number 

4.   Company Point of Contact - Name, Title, Phone, and Email address  

5.    Statement of current business size status (i.e., HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business concern). Also, business size in relation to the NAICS code size standards assigned to this acquisition.

6.   GSA Schedule Number, Contract Number, and Period of Performance and/or DHS Strategic Sourcing Vehicle Category Name and Contract Number, if applicable

B.   Contractor Capability Statement (No more than 5 pages in length)

  1. Summarization of relevant projects showing capabilities
    1. Include at the top whether the contractor is a 3PL, airframe owner, or some other service provider.
  2. Past performance in applicable areas

C.   Contractor RFI Responses to questions (No more than 5 pages in length)

The responses received will assist FEMA with identifying the number and nature of the entities that consider themselves potential technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred in response to this RFI, or in support of activities associated with this RFI, shall be the sole responsibility of the respondent. FEMA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI.

Contact Information

Contracting Office Address

  • 500 C STREET SW 3RD FLOOR
  • WASHINGTON , DC 20472
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Apr 05, 2024 11:55 pm EDTSources Sought (Original)