SOLICITATION NOTICE
16 -- I. SCOPE: The Contractor shall provide Federal Aviation Administration (FAA) Certified Rigger support for the United States Army Parachute Teams (USAPT) Formation Skydiving Team (FST), Style/ Accuracy Team (S/A) and Tandem Team.
- Notice Date
- 2/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813910
— Business Associations
- Contracting Office
- Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124710T0047
- Response Due
- 2/26/2010
- Archive Date
- 4/27/2010
- Point of Contact
- Cedric Wilson, 910-907-4742
- E-Mail Address
-
Fort Bragg Contracting Center
(cedric.wilson@conus.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. I. SCOPE: The Contractor shall provide Federal Aviation Administration (FAA) Certified Rigger support for the United States Army Parachute Teams (USAPT) Formation Skydiving Team (FST), Style/ Accuracy Team (S/A) and Tandem Team. The FAA specifically states: The main parachute must be packed by a FAA certificate holding parachute rigger or by the person jumping it and is also required to be packed within 120 days of its use. FAA certified riggers may also supervise others in the inspection and packing of parachutes. Hence, two uncertified packers supervised by one of our FAA certified riggers will satisfy the need. The contractor, as directed by the Contract Officer or his/her representative, shall provide this support to the FST, S/A and Tandem Team as determined necessary by the US Army Parachute Team Commander or his designated representative. Work will be performed at the USAPT leased facility, Laurinburg/Maxton Airport, Maxton, NC. II. PURPOSE: The purpose of this contract is to provide timely and cost effective certified rigger (parachute packing) support for the FST, S/A and Tandem Team in performing their mission for the Department of the Army, the Office of the Chief of Public Affairs (OCPA), the United States Army Accession Command (USAAC), and as the United States of America Representatives in world competitions. As world champion competitors, the FSTs and S/As mission is live and highly visible. Parachute packing services are often needed within 24-hours or less and may be cancelled within the same time frame due to adverse weather conditions or other unforeseen circumstances. Therefore, the contractor must have considerable flexibility. Specialized provisions apply in that the certified riggers/packers utilized by the contractor must be FAA certified. The contractor and contractor personnel must be thoroughly familiar with, and adhere to, quality standards/guidelines set forth in the FAA as well as Federal Aviation Regulations (FAR). III. PERSONNEL: The mission of the FST, S/A and Tandem Team mandates that the contractor have three (3) riggers/packers, with a FAA certified rigger supervisor. One rigger may be used invariably as mandated by the schedule. These riggers/packers must have technical rigger knowledge/expertise in order to insure that parachutes are packed safely and in a timely manner to meet the requirements/demands of the Teams. The work history of each contract employee shall contain experience directly related to the tasks and functions to be assigned. The USAPT commander or his designated representative reserves the right, upon request to the Contractor, to determine if a given work history contains necessary and sufficiently detailed/related experience to reasonably insure the ability for effective and efficient performance. IV. TASK REQUIREMENTS: Riggers will pack state-of-the-art ram-air parachutes into free fall, style and accuracy and tandem team parachute container systems to be used as main parachutes and deployed by members of the United States Army Parachute Team. Parachutes must be packed to open reliably with minimal heading changes on opening, and softly at speeds up to 125 miles per hour, so as to avoid injury from a hard opening. The parachute equipment brands will be primarily Performance Design main parachutes which are to be packed into the Javelin and Vector container systems. According to FAA requirements, packers must ensure that all collapsible pilot chutes are properly packed so as to avoid a pilot chute in tow. The main parachute must be packed by, or packing must be supervised by, a FAA certificate- holding parachute rigger or by the person jumping it. Also, the main parachute is required to be packed within 120 days of its use.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f4917a5b000d68b974f7c0538c88468)
- Place of Performance
- Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02070176-W 20100221/100219235732-6f4917a5b000d68b974f7c0538c88468 (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 |