SOLICITATION NOTICE
V -- C-130 Airlift Support Services at U.S. Army Yuma Proving Ground
- Notice Date
- 7/11/2011
- Notice Type
- Presolicitation
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R11RC130
- Response Due
- 7/25/2011
- Archive Date
- 9/23/2011
- Point of Contact
- Laura StJohn, 928-328-6124
- E-Mail Address
-
MICC Center - Yuma Proving Ground
(laura.stjohn@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Yuma Proving Ground (USAYPG), Arizona has a requirement for C-130 aircraft airlift support services. The contract will be one base year with two option years and is anticipated to be non-commercial. Aircraft will be used in support of various USAYPG test mission requirements on an as needed basis. Each test flight is typically scheduled for a two-hour duration with pre-mission briefings and loading operations commencing approximately 2-hours prior to the scheduled mission time. Post-flight debriefings are typically conducted 1-hour after the scheduled drop time. Up to three sorties per day (normally) may be conducted. Exceeding more than three sorties per day will only be accomplished after full consideration of safety issues and concurrence of the crew. Approximately 10-15 flight hours per week are envisioned during a scheduled mission week. The contractor shall provide the aircraft, all support personnel, and all aircrew/maintenance support equipment required for these operations. The proximity of response for the contractor is preferred to be within 2 flight hours of YPG. The following summary of aircraft requirements is for general information only and is not intended to describe every feature or item or to define the scope of work. THE COMPLETE PERFORMANCE WORK STATEMENT (PWS), INCLUDING THE CREW AND AIRCRAFT SPECIFICATION REQUIREMENTS, WILL BE ISSUED WITH THE SOLICITATION. The aircraft will be a C-130 or equivalent type with the following attributes: (1)Operable UHF and VHF radios (preferably two of each). (2)Operable flight deck and cargo compartment oxygen systems with the capability of supporting a supplemental oxygen system. (3)Ability to operate at altitudes up to 25,000 feet mean sea level. (4)Fully functional/operable A/A32H-4A Cargo Handling System. (5)Ability to deploy. a.Personnel and parachutes (static-line or free-fall) from either the troop door(s) or ramp b.Paratroop door bundles up to maximum weight of 500 lbs. And maximum dimensions of 48"x30"x66" c.Ramp bundles (A-7A and A-21 containers) up to maximum dimension of 83"x 48" d.Maximum of 16 ea. A-22 Container Delivery System (CDS) bundles up to a maximum height of 83" (unless specific rigging procedure authorizes it) and rigged weight of 2328 lbs utilizing YPG provided, Center Line Vertical Restraint System (CVRS)/Buffer Stop Assembly (BSA), or non-CVRS procedures e.Type V airdrop platforms, 8 - 32 feet in length, weighing up to 25,000 lbs or more (6)Ability to accept and deploy 463L pallets. (7)Operable rear cargo ramp and paratrooper doors. (8)Serviceable (*) static line retriever winch(s). (9)Serviceable (*) paratroop anchor cables and center anchor cable supports (A-frame assembly). (10)Fittings to install up to a full set of intermediate roller conveyors. (11)Serviceable (*) paratroop jump platforms. (12)Serviceable (*) paratroop jump lights. (13)Serviceable (*) cargo compartment tie down rings. (14)Capable of responding to test support request within 24 hours. NOTE: (*) IAW: USAF TO 1C-130A-9 The evaluation criteria will be provided in the solicitation package. The solicitation will be available on FedBizOpps.gov and on our web page at http://www. yuma.army.mil/contracting on or about 25 July 2011. After reviewing the solicitation, if you plan on participating in this acquisition, please provide your name, address, phone number to be notified of any amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3e3a8ef5d5ff92edd6a152fcaa4550f3)
- Place of Performance
- Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Record
- SN02494320-W 20110713/110711234122-3e3a8ef5d5ff92edd6a152fcaa4550f3 (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 |