Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2021 SAM #6981
SOLICITATION NOTICE

U -- 24 SOW MFF

Notice Date
1/7/2021 12:52:50 PM
 
Notice Type
Presolicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
24 SOW HURLBURT FIELD FL 32544 USA
 
ZIP Code
32544
 
Solicitation Number
H92429-21-R-0001
 
Response Due
1/8/2021 10:00:00 AM
 
Archive Date
01/23/2021
 
Point of Contact
Jaime M. Collins, Phone: 8508846007, William Lawson, Phone: 8508840732
 
E-Mail Address
jaime.collins.2@us.af.mil, William.Lawson.12@us.af.mil
(jaime.collins.2@us.af.mil, William.Lawson.12@us.af.mil)
 
Description
***Please see the attached RFI answers dated 23 December 2020 Description: Provide personnel, facilities, and aircraft for Military Free Fall (MFF) training Specification/Qualification Requirements: Instructor Qualifications (Minimum of 3 instructor resumes shall be provided in the capability statement):� All instructors shall be a current United Parachute Association (USPA) certified Accelerated Free Fall Instructors (AFF-I) to include a minimum of two thousand (2000) logged jumps teaching canopy control and deployment of Bottom of Container (BOC).� Instructors shall be camera qualified to support filming of the canopy control course (CCC) and BOC transitions for each course.� Instructors shall fly with or near the team and use radios/communications to provide/demonstrate corrections for CCC. Canopy manipulation instruction shall continue throughout jump operations. Air instruction while under canopy shall include CCC drills and stack formation. Jump instruction and videography shall cover all lifts for each jump day, all phases of the jump to include exits, freefall, canopy deployment, canopy control, stack information and landings. In-between lifts, instructors and jumpers shall review video on a TV/computer, and discuss any related individual jump issues and how to correct them. Vertical Wind Tunnel Instructors (VWT) (Minimum of 1 instructor resume shall be provided in the capability statement): VWT instructors shall be familiar with MFF flight characteristics and must have a minimum of one (1) year conducting VWT military coaching.� Rigger Qualifications (Minimum of 3 rigger resumes shall be provided in the capability statement):� All FAA certified rigging support shall meet the requirements specified in the USDOT Federal Administration Guide AC 65-5B FAR Part 65, sections 65.113 and 65.115 certification rating criteria Senior or Master Parachute Rigger trained on that particular parachute systems. Aircraft Operator Qualifications (Minimum of 2 aircraft operator resumes shall be provided in the capability statement):� All aircraft operators shall have minimum two (2) years� experience with military jump operations.� All aircrew shall be U.S. Citizens Facility Requirements (Facility information and teaming agreement (if facilities are not owned by the prime)�is required to be submitted in capability statement):� Contractor�s chosen location shall be within Arizona, California, Texas or New Mexico Shall provide a military surveyed drop zone Shall provide all of the consolidated resources (personnel, materials, facilities, drop zones, and training areas) to enhance the MFF skills of the personnel being trained.� The contractor�s chosen location shall also possess restrooms on site Shall have available lodging options for personnel within 50 miles of training location.� The contractor�s chosen location shall possess food and drink establishments to purchase daily meals and food and drink for field operations within 15 miles of range the location. The Contractor�s chosen location shall provide a climate controlled storage facility for storage of parachute systems, O2 consoles, O2 bottles, booster pump and rigger bench stock; Location shall also able to accommodate at least twenty-four (24) personnel. Aircraft Requirements:� The contractor shall be a DoD CARB 135 approved commercial operator and in addition, as of February 2021, include recent SOCOM/J3 Part 135 aircraft certification in accordance with DoDI 4500.53 and USSOCOM Directive 350-8 or equivalent directive as updated; minimum of two (2) aircraft shall be approved. If not currently an approved J3 Part 135 aircraft, company shall be scheduled to be inspected by SOCOM/J3 and approved NLT 1 Feb 2021. Contractor shall provide a CASA 212 aircraft, or aircraft of comparable capability, and aircrew to support MFF Proficiency Training. The aircraft shall be capable of six (6) lifts minimum per day to an altitude not less than 5,500 feet Above Ground Level (AGL), and not to exceed an altitude of 19,999 feet AGL. There shall be intercom communications between aircrew and jumpmaster. Jump lights (red/green) shall be in the cargo compartment for jumpmaster/aircrew coordination. Seats shall be side-facing seats (military style canvas/nylon seats with extended length belts) for up to twelve (12) combat equipped jumpers per lift. Standard VHF/AM radios shall be required with UHF radio preferred, if available. Aircraft must be configured for day and night MFF operations. There shall be intercom communications between aircrew and jumpmaster. Aircraft will have a mounted camera to video record jumper exits for all lifts. Vertical Wind Tunnel (VWT) Requirements (Facility information/teaming agreement is required to be submitted in capability statement):� Contractor�s VWT shall be able 14� in diameter or greater, able to support multiple personnel and equipment up to 400 pounds.� The VWT shall be located at the drop zone or shall be within 100 miles of the drop zone, and if substituting VWT with an alternate drop zone, the alternate drop zone location shall be within one and a half (1.5) hour travel to destination of which travel to and from location shall be responsibility of the contractor. Quantity: �One (1) twelve (12) month base year and one (1) twelve (12) month option year. Unit of Issue: Job Contract Type: Single Award IDIQ Destination: Performance at Contractor�s facility as defined in the Performance Work Statement (PWS) How to Obtain Solicitation: Provide capability statement proving how the contractor meets the specifications/qualifications and contact William Lawson, william.lawson.12@us.af.mil, or Jaime Collins, jaime.collins.2@us.af.mil.� Sufficient documentation must be provided to demonstrate how the contractor meets those requirements. Set-aside: No Set-Aside
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5417a11c51824e289ac8cad328c7870c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05887105-F 20210109/210107230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.