Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2006 FBO #1573
MODIFICATION

V -- 8006-34 The Following Document replaces the originally issue solicitation. Additional avionics requirements are added to the solicitation via this modification.

Notice Date
3/16/2006
 
Notice Type
Modification
 
Contracting Office
DEPT OF THE INTERIOR, NBC, AVIATION MANAGEMENT 300 E. Mallard Dr., Suite 200 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
8006-34
 
Response Due
3/20/2006
 
Archive Date
3/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement replaces 8006-34, which was issued March 15, 2006. Changes are identified in Bold and Italics. 1. Objective: To obtain fully contractor operated and maintained Type I air attack services in support of the Bureau of Land Management (BLM) Aerial Task Force (ATF) Due to the extraordinarily high fire danger in the Southwestern United States and the anticipated severe fire season, the BLM is assembling an Aerial Task Force to be available for rapid respond to multiple fires. The ATF will consist of three Single Engine Attack Tankers (SEATs) in addition to this air attack aircraft. The ATF will be used for a sixty day period, April 1, 2006 through May 30, 2006 with an option to extend services as provided under the Terms and Conditions below. The ATF will not be assigned to a designated base, but will report to and be released from Phoenix, AZ. No payment will be made for mobilization to and from Phoenix, AZ. Once contractor reports to Phoenix, AZ, subsistence, availability, and flight time will be paid for the duration of this agreement. The BLM will determine the locations where the ATF will be dispatched, based upon current fire conditions. We anticipate the ATF being dispatched to areas with the most critical fire activity/conditions. 2. Terms and Conditions a. Aircraft Rental Agreement (ARA) The resulting contract will be awarded by the issuance of a modification to the operator's Aircraft Rental Agreement. Terms and conditions for that agreement including all of Supplement 15 Type I Air Attack, shall apply unless otherwise specified herein. Operators that do not currently have an Aircraft Rental Agreement must be capable of meeting the requirement of this agreement. The agreement can be found at www.oas.gov under the flight coordination center. Information concerning the agreement can be obtained from Aviation Management at 208-334-9310. b. Exclusive Use Period The exclusive use period shall start on either (1) the date stipulated in Section 4 below, or (2) the effective date established by a Notice to Proceed issued by the CO or COR, 10 days in advance of the start date (The effective date established by a Notice to Proceed shall not commence more than 14 days prior to nor 14 days after the date stipulated in Section 4), or (3) the date determined according to the following paragraph. c. Mutual Extension of Exclusive Use Period Upon mutual agreement by the parties, the CO will modify the contract to extend the exclusive use period on a day-to-day basis, either prior to the established starting date or subsequent to the ending date. The contract terms, conditions, specifications and prices shall apply to such extension. d. Daily Availability During the exclusive use period and any extension, the Contractor shall be in compliance with all contract requirements and available and capable of providing service up to 14 hours each day, as scheduled by the Government. Personnel shall be available a minimum of nine hours each day, or as scheduled by the Government. Pre- and post-flight activities shall be accomplished within the 14- hour duty day. Routine maintenance shall be performed before or after the scheduled 14-hour period, or as permitted elsewhere in the contract. The government will pay daily availability at the rate and for the number of days set forth in Section 4 below. Payment for availability will be made as actual services are provided. Payment will be reduced for each hour, or portion thereof in accordance with the Unavailability Conversion Chart Exhibit when services are unavailable or when the aircraft has been released for the Contractor's benefit. e. Unavailability and Damages The contractor will be unavailable when not in compliance with all contract requirements, or is not capable of providing service as scheduled by the government. Unavailability will continue until the contractor has notified the COR that they are available. During periods of unavailability, the Government may obtain replacement services elsewhere and charge the Contractor for any resulting excess costs. The Contractor may be liable for any additional actual damages to the Government resulting from such failure to perform. f. Extended Standby Extended standby is intended to provide the Contractor compensation for employee time when ordered services are provided in excess of the first 9 hours of service. Ordered standby shall not exceed individual crewmembers' daily duty limitations. Extended standby is not intended to compensate the Contractor on a one-to-one basis for all hours necessary to service and maintain the aircraft. The Government will measure extended standby in full hours and will round up to the next whole hour, not to exceed each crewmember's duty limitations specified in Section B of the ARA. Payment for extended standby will be made at the prices set forth in Section 4 below, and as measured above. If unavailability occurs, extended standby will be measured and paid only for full hours of service provided. 3. Minimum Requirements Aircraft Requirements: One High Wing Type I Air Attack Airplane Crew Requirements: Pilot-in-command (PIC), Relief PIC. Reporting Base: Williams Gateway Airport (IWA) Gateway Services; Phoenix, AZ. Guarantee Use Period: 60 calandar days beginning on April 1, 2006 unless otherwise changed as allowed herein or above. Minimum Aircraft Requirements: High Wing Type I Air Attack Airplane Seating for pilot plus three passengers, passenger seating removable for cargo hauling. Minimum restrictions of outward visibility of the ground in level flight for the front seat observer and middle seat observer stations. Cruise speed of 165 knots True Air Speed (TAS) @ 8000 ft -ISA plus 20 ?C Cruise endurance of 4 hours at 8000 ft - ISA plus 20 ?C plus a 30-minute reserve. Payload of 800 pounds with fuel for 225 nautical miles plus VFR reserve @ 8,000 ft - ISA plus 20 ?C. Positive single engine rate of climb when equipped for the contract and carrying a pilot weighing 200 lb, one observer weighing 220 lb, fuel for 4 hours plus a 30-minute reserve, at 5,000 feet pressure altitude @ ISA plus 33 ?C. The Avionics Requirements Described in Exhibit 1 below. 4. Period of Performance and Pay Items APPROXIMATE USE PERIOD: April 01, 2006 through May 30, 2006. ITEM DESCRIPTION PAY ITEMCODE QUANTITY UNIT UNIT PRICE EXTENDED AMOUNT 1.a. Price per Daily Availability AV Guaranteed 60 Days $ $ 1.b. Price per flight hour - Estimated FT Estimated 100 FLIGHTHOURS $ $ TOTAL ESTIMATED COST $ Extended Standby will be paid at $45.00/hour. Aircraft Rental Agreement Number Aircraft Make and Model FAA Registration Number Aircraft Serial Number Number of Passenger Seats Aircraft Equipped Weight Proposed Aircraft Payload Proposed Aircraft True Air Speed Proposed Aircraft Positive Rate of Climb Proposed Aircraft Cruise Endurance I certify to the best of my knowledge that the above information is accurate AND I have included the aircraft's (1) weight and balance report, (2) equipment list, and (3) appropriate hover ceiling charts used to arrive at the above payload. Signature Date Company Name Phone and Fax Number Subsistence and Miscellaneous Costs will be paid in accordance with the Aircraft Rental Agreement. 5. Submission of Offers A) Pricing and Aircraft Information identified in , "4. Period of Performance and Pay Items" above. B) References/experience information indicating: Name, phone number, work completed, date of work, and number of hours flown. C) Information regarding the aircraft's (1) weight and balance report, (2) equipment list, and (3) appropriate information to evaluate the aircraft in accordance with the Minimum Aircraft Requirements above. D) Closing date set for receipt of offers is March 20, 2006 at 2:00pm local time Boise, ID. E) Offers should be faxed to 208-433-5030 prior to the established due date above. 6. Evaluation We will evaluate Offers and select the Contractor based on: A. Evaluated Price. The evaluated price of this project will be: (1) the total estimated cost as identified on the pricing page, plus (2) Any other probable cost to the Government to complete the project. B. Aircraft Capability. We will evaluate the capability of your aircraft on a pass or fail basis. Offers including aircraft capable of meeting the minimum requirements above will pass. Offers including aircraft that fail to meet the minimum aircraft requirements above will fail and receive no further consideration. C. Past Performance. We will evaluate your past performance based on same or similar work. "Past performance" refers to the quality of your work in the past. We will evaluate your past performance on the basis of information obtained from references and other sources. Our own experience with you, if any, will be given greater weight than reports obtained from others. We will not consider past performance more than three (3) years old. C. Organizational Experience. We will evaluate your experience based on the extent to which you have performed same or similar aviation services. The more recent your experience, and the broader and deeper, the better the evaluation you will receive. In evaluating your experience we will consider only the experience of your firm as an organization. D. Tradeoff Analysis and Contractor Selection We will select the Contractor by comparing the acceptable offers with reasonable evaluated prices. We will compare them on the basis of proposed aircraft payload, offeror capability, and evaluated price. If one offer is best on all the factors, then we will select that offer as the best value. If no offer is best on all the factors, then we will consider the differences among offers and make tradeoffs in order to determine which offer is the best value. We will award the contract to the offer that has the best combination of aircraft payload, offeror capability, and evaluated price. 7.Contact Information. Questions as a result of this requirement should be directed to Tina Young at 208-433-5021. If you are interested in submitting an offer in response to this solicitation, please contact Tina Young for a formatted version of this document. Exhibit 1 One Automated Flight Following (AFF) system compatible with the governments AFF tracking network (Webtracker) is required. Not all available AFF systems are compatible with Webtracker nor meet Webtracker's requirements. The contractor shall ensure that the AFF system offered is compatible with Webtracker. To view Webtracker's current compatibility requirements refer to https://www.aff.gov. The AFF system shall be powered by the aircraft's electrical system, installed per the manufacturer's installation manual, and operational in all phases of flight. AFF equipment shall utilize as a minimum: Satellite communications, an externally mounted antenna, provide data to the Government's Webtracker software, use aircraft power via a dedicated circuit breaker for power protection, and be mounted so as to not endanger any occupant from AFF equipment during periods of turbulence. Any AFF manufacturer required pilot display(s) or control(s) shall be visible/selectable by the pilot(s). Remote equipment having visual indicators should be mounted in such a manner as to allow visual indicators to be easily visible. AFF communications shall be fully operational in the lower 48 states. Contractors accepting dispatches to the State of Alaska, Southern Canada, or Western Canada must have an AFF system capable of being tracked in these locations at all times. Not all manufacturers' AFF equipment communication links will operate effectively in all geographic areas. The contractor shall maintain a subscription service through the AFF equipment provider allowing AFF position reporting for satellite tracking via Webtracker. The position-reporting interval shall be every two minutes while the aircraft is in flight. The contractor shall register their AFF equipment with the Boise Help Desk providing: Complete tail number, manufacturer and serial number of the AFF transceiver; aircraft make and model; and Contractor contact information. If the Contractor relocates previously registered AFF equipment into another aircraft, then the Contractor shall contact the Boise Help Desk making the appropriate changes prior to aircraft use. In all cases, the contractor shall ensure that the correct aircraft information is indicated within Webtracker. The Contractor shall contact the Boise Help Desk of system changes, scheduled maintenance, and planned service outages. Registration contact information, a web accessible feedback form, and additional information is available at: https://www.aff.gov. The Boise Help Desk can be reached at (800) 253-5559 or (208) 387-5290. Prior to the aircraft's annual Contract inspection, the Contractor shall ensure compliance with all AFF systems requirements. The Contractor shall additionally perform an operational check of the system. As a minimum, the operational check shall consist of confirming the aircraft being tested is displayed in Webtracker (indicating it is currently transmitting data to Webtracker) and that all information displayed in Webtracker is current. A username and password is required to access Webtracker. Log on to the AFF website at https://www.aff.gov to request a username and password, or contact the Boise help desk. When the aircraft passes the operational check, an aircraft log book entry shall be made. This clause incorporates Specification Section Supplement available at:https://www.aff.gov/contractspecs with the same force and effect as if they were presented as full text herein. Navigational Systems: A GPS data port connector shall be installed for the purposes of external data retrieval by a GIS laptop computer from the above GPS. The connector shall be a DB-9F type D sub-connector, shall be wired for RS-232C serial format for laptop computers (pin 2=transmit data, pin 3=receive data [if applicable], and pin 5=ground) and shall be mounted in a location convenient to the front seat observer. The aircraft shall be equipped with the navigational equipment required for IFR operations as specified in 14CFR135.165, including, but not limited to, the following: Two VHF, VOR/LOC aeronautical navigation receivers with indicators (NAV-1, NAV-2), each with a minimum of 100 navigation receive channels. One glideslope (GS) system, with a minimum of 20 receive channels. One marker beacon receiver system with three-light indicator. One Distance Measuring Equipment (DME) system, with a minimum of 100 channels and NAV-1/NAV-2 channeling. Note: If the GPS unit supplied to meet the requirements of B5.3.1 above is certified for IFR Supplemental Navigation under TSO-C129, a separate DME unit is not required. Other Avionics One TSO'd traffic awareness and avoidance system (TCAS/TCAD/TAS, etc.) which features active interrogation of threat aircraft. The system shall be equipped with antenna(s) mounted to minimize airframe shadowing and provide 360-degree coverage. The system shall also incorporate visual alerts for both pilot and co-pilot and an aural alerting feature which announces an alert of threat aircraft whenever such aircraft enter a zone of a programmable size with range selections from no more than two nautical miles to at least ten nautical miles around the aircraft. The audio alert output shall be interconnected to the aircraft's audio system in such a manner that all ICS-equipped positions will receive the alert. If the aircraft is equipped with a Multi-Function Display (MFD), GPS, or other system capable of displaying threat aircraft output data, the system shall be also be interfaced to such. B5.5.2.1 The system shall be installed in accordance with an STC or FAA Field Approval based upon an existing STC and the manufacturers installation manual. Installation of the system shall be accomplished by a certified avionics repair station which has been approved for such by the system's manufacturer. The system shall be maintained for continued airworthiness, but may be listed in an approved Minimum Equipment List (MEL), provided the MEL does not permit the system to be inoperable for a period exceeding 15 days. The following systems are known to meet the above requirements: TCAS: Any TSO'd system which provides a range selection of 2 nautical miles or less. TAS: Bendix-King KTA 870, Goodrich Skywatch HP TCAD: Ryan International TCAD 9900BX - only when a separate, approved Multi-Funtion Display (MFD) is used to display threat aircraft data. Avionics Installation and Maintenance Standards The aircraft's static pressure system, altimeter instrument system, and automatic pressure altitude reporting system shall be maintained in accordance with the IFR requirements of 14 CFR Part 91.411 and inspected and tested every 24 calendar months as specified by 14 CFR Part Part 43, appendices E and F.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=AS140600&objId=92523)
 
Record
SN01008127-W 20060318/060316212552 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.