Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2017 FBO #5652
SOURCES SOUGHT

R -- Military Freefall Level 1

Notice Date
5/13/2017
 
Notice Type
Sources Sought
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-17-T-XXAD
 
Point of Contact
Arthur Dominguez, Phone: 2539662587, Carl Rice, Phone: 2539662978
 
E-Mail Address
arthur.j.dominguez2.mil@mail.mil, carl.d.rice.mil@mail.mil
(arthur.j.dominguez2.mil@mail.mil, carl.d.rice.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT (PWS) Military Freefall Level 1 General Information 1. General : This is a non-personal services contract to provide Military Freefall (MFF) jump services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. a. Description of Services : The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform day and night military freefall jump services as defined in this Performance Work Statement, except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract. b. Background : In accordance with (IAW) United States Army Special Operations Command (USASOC) Regulation 350-2, in order to maintain world-wide deployability, MFF qualified personnel must maintain Level 1 proficiency. To meet this requirement, MFF qualified personnel must complete a train-up that comprises, at a minimum, twelve (12) MFF jumps. These MFF jumps are conducted during daylight and night-time conditions in various configurations (to include “Hollywood”, Combat Equipment and Oxygen jumps) from jump altitudes between 12,900 feet and 18,000 feet. These jumps will consist of both High-Altitude Low-Opening (HALO) and High-Altitude High-Opening (HAHO) variations with pull altitudes between 5,000 feet and 16,000 feet. c. Scope of work : i. The contractor shall comply with applicable Federal, State, and local laws, regulations, codes, technical manuals, manufacturer’s instructions and recommendations, and acceptable commercial practices in the delivery of the required services. ii. The contractor shall furnish the services of aircraft and pilots to provide for day and/or night freefall airborne operations as requested. iii. The contractor shall p rovide DOD-approved ramp aircraft and pilot for day and/or night freefall jumps. iv. The contractor shall p rovide Hangars per day/per jump. v. The contractor shall p rovide multiple surveyed dropzones capable of HALO and HAHO (offset) freefall airborne operations. These dropzones must have a LOA out to 10 miles and up to 18,500 feet to facilitate HAHO freefall airborne operations. vi. The contractor shall provide airspace coordination services. vii. The contractor shall provide a padded packing area for parachute packing. viii. The contractor shall provide a climate-controlled double-locked parachute storage area. ix. The contractor shall provide oxygen replenishment services. b. Period of Performance : The period of performance shall be from 04 June 2017 – 09 June 2017. i. General Information 1. Federal Observed Holidays : The contractor is not required to perform services on the following holidays. New Year’s Day Labor Day Martin Luther King Jr.’s Birthday Columbus Day President’s Day Veteran’s Day Memorial Day Thanksgiving Day Independence Day Christmas Day ii. Hours of Operation: The Contractor is responsible for conducting business, between the hours of 1 A.M. and 5 P.M. Sunday through Friday and dependent on the training schedule except for Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. iii. Place of Performance: The work to be performed under this contract will be performed in vicinity of the southern California/Arizona border. iv. Emergency Services The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. The Contractor or their employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor will, in turn, notify the KO or COR within 30 minutes of the incident. 2.0 CONTRACTOR FURNISHED ITEMS AND SERVICES 2.1. General The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under this PWS. 2.2. Materials/Equipment : The Contractor shall furnish the aircraft and pilots to provide day and/or night freefall airborne operations when requested to meet the requirements under this PWS. Military Parachute Training Facility to include : • Multi Mission Training Facility with Various Dropzones for HAHO • Facility Manager & Airspace Co-ordinator • Climate controlled classroom • Jumper & equipment recovery capability off the dz • Multiple surveyed drop zones within close proximity to staging area • LOA out to 10 miles and up to 18,500 ft. (most commercial drop zones have a limited LOA of 2 miles) • Permanent NOTAMS filed with FAA for parachute jumping • Air ambulance located on the airport • Full time crash crew and paramedics permanently stationed onsite at airport • 25,000 Sq ft hangar for packing and planning • Padded packing area for parachutes • Direct flight line access from hangar to AC ramp • Climate controlled, double locked parachute storage area • Aviators breathing oxygen (ABO) for oxygen replenishment • DOD approved ramp aircraft Sherpa (C-23b) for the. 18 hours of blade time plus 3 hours repositioning. Total of 21 hrs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c8d8dfe0c6254aaca71604e8a813344)
 
Record
SN04507931-W 20170515/170513233054-8c8d8dfe0c6254aaca71604e8a813344 (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.