Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
MODIFICATION

V -- Airlift Support Services

Notice Date
5/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division/Network Services Division (7QFA), 819 Taylor Street, Room: 11A30, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
ID07170035
 
Archive Date
6/13/2017
 
Point of Contact
Tammy L. Mattox, Phone: 972-345-1578
 
E-Mail Address
tammy.mattox@gsa.gov
(tammy.mattox@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE (SSN)/ REQUEST FOR INFORMATION (RFI) Solicitation Number: ID07170035 Title: Aircraft Support for Tactical Aviation Training Operations This SSN/RFI is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ) or Request for Proposal (RFP), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For the purpose of this acquisition, the NAICS code is 481219, Other Nonscheduled Air Transportation and the small business size standard is $15M. Information received in response to this notice will be used to further define the government's requirement and determine if two (2) or more capable small businesses respond with information sufficient to support a small business set-aside. We encourage all interested large and small businesses capable of satisfying the requirement in full either for the fixed-wing portion, the rotary wing portion or both, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement. Information received as a result of this RFI will be used solely for market research purposes. The Government shall use this market research in determining the best method of procurement, which is part of the acquisition planning process. This RFI is for information purposes only and no award will result from the RFI. This RFI shall be open from April 28, 2017 through May 12, 2017. All responses are due not later than 5PM CST, May 12, 2017. All responses shall be limited to email correspondence and limited to 10 pages, single spaced in Times New Roman 11 pt font. RESPONSE TO THIS RFI: In order to be considered responsive to this RFI, please provide a concise capability brief that includes: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, (e.g., CARB certification for rotary wing), whether or not your organization is a DoD approved air carrier, etc. that will facilitate making a capability determination. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not and whether your firm is interested in providing Fixed Wing only, Rotary Wing only, or both Fixed Wing and Rotary Wing support. Address any subcontracting, joint ventures or teaming arrangement you may use to perform the requirement to include possible "similarly situated entities" (same small business status) subcontractor(s). 4. Identify how the Government can best structure these contract requirements to facilitate competition by and among small business concerns. (Blade hours, Wet or Dry, Firm-Fixed Price, Time & Materials, etc.) 5. Describe how your firm can provide the required services across the CONUS training locations in Florida, North Carolina and New Mexico. The narrative shall draw direct correlations and relate directly to the requirement described herein, and shall directly demonstrate the interested contractor's capabilities to perform the effort herein through the examples of past experience provided. Failure to provide the information as requested by the due date will result in the Government's continuance of the acquisition planning phase, without giving consideration to the capabilities of the contractors who do not respond timely. NO PHONE CALLS PLEASE. ONLY RESPONSES VIA EMAIL SHALL BE ACCEPTED. SCOPE OF THE REQUIREMENT: The Government has a need for contract services to provide the AF consistent aircraft support [referenced herein as the Tactical Airlift Support Services] to support the Battlefield Airmen (BA) Apprentice Course and Major Command (MAJCOM) training. This program shall provide consistent and reliable aircraft support that will allow the AF to meet their AFSC's curriculum requirements. Additionally, the government requires that contractors provide aircraft support that is either configured or can be configured to provide fixed wing tactical airdrop and rotary wing tactical insertion and extraction. The Contractor shall provide all services necessary to conduct aircraft lift support to the Pararescue/Combat Rescue Officer and Combat Control/Special Tactics Officer Schoolhouses. The purpose of lift contract is to ensure that all required PJ/CCT/CRO/STO candidates receive static line, military freefall (MFF) which includes High Altitude Low Opening (HALO) and High Altitude High Opening (HAHO), Cargo Delivery System (CDS), alternate insertion/extraction (AIE), and Terminal Area Control (TAC) instruction to complete the curriculum requirements provided in the Career Field Education and Training Plan (CFETP). To ensure that all students receive the required training, the Contractor shall provide all personnel, aircraft (rotary and fixed wing), support systems (e.g. fast ropes, hoist, litters, tag lines, rope ladders, static line connection points, etc.), maintenance and fuel for aircraft, for air operations as defined herein. The Government will have command authority over the students. The Government will supply all courseware material, instructors, individual equipment, and students with all necessary military uniforms appropriate to this phase of training. Program Objectives/Description of Work The main objective of the air lift contract is to provide the AF consistent aircraft support to Battlefield Airmen (BA) Apprentice Course and Major Command (MAJCOM) training. This program shall provide consistent and reliable aircraft support that will allow the AF to meet their AFSC's curriculum requirements and Air Mobility Command (AMC) Commercial Air Review Board (CARB) or Public Air Operations certifications and FAR certificates for airdrop and helicopter Alternate Insertion and Extraction (AIE) services that meet safety and insurance appropriate for this type of activity. AETC requires an estimated annual total of 618 Fixed Wing TAC blade hours and 552 Rotary Wing TAC blade hours per year support mission qualification and currency training. Pilots and aircrews will perform night operations using Night Vision Goggles using contractor provided equipment. Contractor will ensure the platforms, pilots and aircrew are trained and current in flight operations using Night Vision Goggles. Training qualifications will be captured in the companies training records. Should a surge of additional flight hours be needed the vendor will be able to provide additional support 120 hours. Aircraft support fixed wing will be 4 hours prior to refueling and 2 hours prior to refueling. Key Personnel The following are recommended skill categories that may be applicable to this requirement: Personnel Desired (or Required) Skills and Knowledge: Pilot: All pilots for DoD Airdrop Operations for fixed wing and Alternate Insertion and Extraction (AIE) Operations for rotary wing platforms over land and water, at a minimum, must possess the following qualifications as applicable for type of aircraft flown: Total combined flight time of the Captain and, if required, first officer shall be no less than 200 hours in type of aircraft. Shall carry a current FAA Commercial Pilot's license/FAA air drop qualification, be instrument and multi-engine rated (not limited to center line thrust). Air Transport Pilot (ATP) rating not required. The Pilot in Command (PIC) shall have a minimum of 200 hours as PIC in aircraft type and must have performed the required airborne operations or have received instruction and a currency signoff and deemed safe to conduct the operation from certified flight instructor (CFI), Government instructor pilot, or company check pilot prior to execution of the task. Pilots must receive an airdrop check ride at least once every 17 months from AETC A3Q. If the aircraft requires two pilots, first officer/co-pilot will be held to the same requirements as the PIC with the exception total hours in type of aircraft. The minimum hours required in type of aircraft for the first officer is 50 hours. Aircrew: Must be familiar and deemed safe to conduct the operations by certified flight instructor (CFI), Government instructor pilot, or company check pilot prior to execution of the task. Riggers: Must be familiar and deemed safe to pack main and reserve parachutes IAW FAA and manufacturer guidelines. This will be documented in the training jacket as well as each packed parachute will have the packing log signed off by the rigger. Program Manager: The Contractor shall provide a PM who shall be responsible for the performance of this contract. The Contractor shall provide an on-site PM, or alternate(s), who shall be physically present during scheduled flying. The name of the PM and alternate(s) who shall act for the Contractor when the PM is absent shall be designated in writing to the COR and CO. The supervisor of flying/operations supervisor act as the PM's alternate as long as properly designated in writing. The PM or alternate(s) shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The PM or alternate(s) shall be on-site during normal hours of operation and available within two hours to meet with Government personnel. Air Lift Aircraft Requirement Specifications. The Contractor shall use aircraft meeting the required standards to execute this contract. If the Contractor uses more than one type of aircraft, instructors, jump masters, and students will require familiarization training on each type of aircraft prior to operations. The Government specifies the following as a minimum for lift aircraft specifications. Minimum Requirement. Aircraft (rotary and fixed wing) must meet all of the minimum requirements listed below to be considered acceptable by the Government to execute this contract. Higher requirements may be required when the Contractor operates from an airfield that normally experiences density altitudes above 8,000 feet. FAA certificated for normal category or higher - any aircraft not previously certified must be certified prior to proposal submission. Only minor modifications will be allowed. Aircraft takeoff and landing requirements - During takeoff and landings, each jumper/passenger is required to have a seat belt. For rotary wing aircraft, each passenger requires a tie-in. For rotary wing aircraft, hover altitudes and duration require the helicopter to be outside/above ground effect (OGE) (power should be equal to or above OGE plus 5%). Aircraft Weight & Balance: For Center of Gravity (CG) and maximum fixed wing takeoff weight considerations: as light as two jumpers weighing 240 pounds each, as heavy as 16 jumpers weighing 6,000 pounds (375 per jumper includes uniform, boots, helmet, parachute, combat equipment, O2 equipment, and 40 pound jumpmaster kit, but does not include survival equipment stored on the aircraft). For rotary wing aircraft, as light as two personnel weighing 500 pounds, as heavy as 6+ personnel (depending on aircraft proposed by contractor ) weighing 1,500 pounds plus 100 pounds of AIE equipment excluding the hoist (includes uniform, boots, helmet, combat equipment). AIE equipment includes (FAST Rope, rappel rope and rigging, rope ladder, stokes litter, forest penetrator, horse collar), but does not include personnel hoist or survival equipment stored on the aircraft. Flight duration: Fixed aircraft must be able to fly a 4.0 hour training sortie plus 30 minutes fuel reserve. Rotary wing aircraft must be able to provide a minimum of 2.0 hours time on station. Requirements/Specific Tasks The contractor shall support the United States Air Force with fixed-wing aircraft including, personnel, equipment, tools, material, maintenance, and supervision necessary to perform air operations located within the continental United States (CONUS). These requirements shall necessitate a commiserate degree of flexibility on the part of the contractor with regard to aircraft operations and workload scheduling, mission/flight preparations and the actual execution of the performance and performance quality of the services iterated throughout this SOW. The unique mission/flight parameters and strict aviation safety requirements required for contract performance shall necessitate the contractor provide fixed wing aircraft with rear ramp parachute exit capability (Both MFF Static line and CDS). Rotary wing air support must be capable of supporting 4 personnel with all methods of Special Operation Force (SOF) methods for alternate insertion and extraction (AIE) training per load/lift. AIE training required consists of day/night, hot/cold, air land, fast rope, hoist operations and rope ladder events. Rotary wing aircraft will also need to be capable of over water (salt and fresh) operations that include Hoist, fast rope, low & slow and rope ladder AIE (minimum of 10 feet and maximum of 100 feet). The aircraft will be available for a minimum on station time of 120-minute sessions between refueling, for a maximum of 9 hours of flying per day. When coordinated, the contractor will provide face-to-face mission debriefs to the team. The contractor shall provide all aircraft, aircrews, and maintenance personnel to support air operations sorties flown. Operating Instructions Aircraft will operate primarily out of airfields with improved surfaces, but shall be capable of conducting air operations out of unimproved surfaces as defined in the Federal Aviation Regulations/Airmen Information Manual (FAR/AIM). Operation of Aircraft All systems must be maintained in accordance with the aircraft, airframe, engine and avionics as per manufacturers' specifications. Contractor shall maintain OEM/FAA technical bulletin documentation on the aircraft provision for annual inspection. A Government Flight Representative (GFR) and Ground Government Flight Representative (GGFR) and/or their designated representative will perform an annual inspection of aircraft operations, flight crew certification/currency and qualifications and aircraft maintenance procedures. This inspection will commence within six months after award of contract and will be under the general guidelines of the procedures contained in the DCMA Tri-Service Instruction 8210 series entitled "Contractor's Flight and Ground Operations" in effect on the date of contract award. This will be applicable to the primary contractor and any sub-contractors. Definitions contained in 14 CFR Part 1 apply to all situations and conditions related to flight operations, aircraft maintenance, and flight crew certifications and qualifications, except as noted or defined otherwise herein. The aircraft shall carry a valid FAA airworthiness certificate for Non-public use activities that are similar to the mission required to be performed under this PWS for the duration of the contract. The aircraft shall be operated and maintained as civil aircraft and follow current Federal Aviation Regulation and DODI 4500.53. All pilots and crew shall be FAA certified. Installation and infrastructure modifications and flight approvals to carry any external stores must be FAA STC or OEM or DER/DAR airworthiness certified. The contractor shall provide applicable FAA-STC or DER or DAR or OEM approval airworthiness certification for aircraft. All aircraft shall be operated in accordance with applicable Government aeronautical regulations, including U.S. Navy (USN), United States Air Force (USAF), United States Marine Corps (USMC) and local military flying directives, including foreign government requirements. The contractor shall comply with DoD requirements for operation of civil aircraft in support of military operations. Submit DD Form 2400-Civil Aircraft Certificate of Insurance; DD Form 2401-Civil Aircraft Landing Permit; and DD Form 2402-Civil Aircraft Hold Harmless Agreement through the (to be determined at contract award). These agreements and any other that may be specified must be kept current during the entire period of operations under the contract. Equipment Requirements Tactical aircraft must comply with the following requirements: a) Rotary wing aircraft be CARB certified for the tactical operations to be conducted. b) Be equipped with communications and navigation capability as required by the FAA and International Civil Aviation Organization (ICAO) equipment pre-requisites, and shall be solely responsible to provide such equipment. Aircraft shall be capable of: Fixed wing aircraft will conduct Static line (SL), Military Free Fall (MFF) and CDS (Height 58", Width 53", Length 53", and Weight 900 lbs.) operations from a tail ramp. Aircraft shall be capable of flying at 20,000 feet MSL and have a minimum of 16 seats installed (e.g. approved side fold-up seats), rigged for Static Line Paradrop operations, with an allowable cabin floor load capable for transporting fourteen (14) combat equipped jumpers per mission/flight iteration. Track (objective). Aircraft shall have the flexibility to transport passengers and cargo weighing a minimum of 3,500 lbs. at +10 degrees Celsius for two hours non-stop during Instrument Flight Rules (IFR) conditions. Aircraft must be able to operate from an unimproved 3,000 ft. runway at sea level. Rotary wing aircraft will be able to support 4 combat equipped personnel minimum with day/night AIE's. Rotary wing aircraft will be able to simulate hot/cold AIE's. One type of FAA approved Navigation System such as a TACAN, Automatic Direction Finder (ADF) Receiver System, with ADF indicator; Very High Frequency Omni Directional Range (VOR); Global Positioning Systems (GPS)/LORAN, etc. A GPS must be available for operations in remote areas where other navigational aids are not available. At least one Very High Frequency (VHF) radio. At least one Ultra High Frequency (UHF) radio. Air-to-Air Tactical Air Navigation (TACAN) - desired, not required. The contractor shall ensure that the local base fire department receives an indoctrination of the contractor's type aircraft supporting the operation. Personnel The contractor shall provide fully qualified pilots and aircrew who demonstrate experience in parachute, AIE, and TAC training, and have the requisite background specified within this PWS, along with support services as designated in the contract. Services support consists of aircraft, flight crew, maintenance and fuel for AETC support. Air Force or other DoD personnel receiving training under this contract will possess the necessary prerequisite training and skills for the courses. Air Education and Training Command (AETC) in the performance of training services as defined herein. The contractor would be responsible for providing all startup costs, air lift support (flying hours), aircraft, employee pay roll, maintenance, and fuel necessary for training. Security Clearances The contractor shall be required to access classified information on a recurring basis during performance of this contract. The contractor shall ensure that the facility chartered with daily program management responsibility for this contract has a valid Facility Clearance with SECRET safeguarding capabilities. The contractor shall require access to For Official Use Only (FOUO) information and also require access to Program and Security Classification Guides. Contractor personnel shall receive and generate classified information, fabricate, modify, or store classified hardware, and have Operations Security (OPSEC) requirements. The contractor shall ensure that all technical, analyst, and managerial personnel tasked to perform duties in support of this contract have security clearances at the SECRET or higher level. Strictly administrative duties performed by contractor personnel shall not require a security clearance; however, personnel assigned these duties may require an investigation for sensitive duties. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-05-07 11:52:48">May 07, 2017 11:52 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-05-08 13:56:54">May 08, 2017 1:56 pm Track Changes ** Responses to Questions attached. Removed Reference to Appendix 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9fd8e9c6ba6ba26889cc08b8e367b2c4)
 
Place of Performance
Address: Multiple OCONUS Locations, United States
 
Record
SN04499912-W 20170510/170508234818-9fd8e9c6ba6ba26889cc08b8e367b2c4 (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.