Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2023 SAM #7758
SOURCES SOUGHT

99 -- Master Rigger RFI - Aviano, AB Italy

Notice Date
2/21/2023 6:10:24 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA5682 31 CONS DA LGC APO AE 09604-6102 USA
 
ZIP Code
09604-6102
 
Solicitation Number
FA568223Q7009
 
Response Due
3/6/2023 5:00:00 AM
 
Point of Contact
SSgt Brandon Skinner, Phone: 3146324309, Biannica Barksdale, Phone: 3146326007
 
E-Mail Address
brandon.skinner.2@us.af.mil, biannica.barksdale@us.af.mil
(brandon.skinner.2@us.af.mil, biannica.barksdale@us.af.mil)
 
Description
Request for Information DEPARTMENT OF THE AIR FORCE AIR FORCE INSTALLATION CONTRACTING CENTER 21 February 2023 Contracting Office Address Department of the Air Force, Air Force Installation Contracting Agency, 31st Contracting Squadron, Base Support Flight (31 CONS/PKBX) � Aviano, AB, Via Pordenone Area E Edif. 600, Aviano, 33081, Italy. Point of contact Submit responses to Ms. Biannica Barksdale-Glay at biannica.barksdale@us.af.mil and SSgt Brandon Skinner at brandon.skinner.2@us.af.mil by 2:00 PM CET, Monday, 06 March 2023. Requirement Description This is a Request for Information (RFI), NOT a Request for Quote (RFQ) or Request for Proposal (RFP). This RFI will be utilized for market research purposes ONLY, to assist with the planning and potential procurement of Master Rigger services located at Aviano, AB. An in-depth description of services may be found in Attachment 1 � DRAFT Master Rigger PWS � Jan 2023. Please note, this is a Draft Performance Work Statement (PWS) and is subject to change throughout acquisition planning. The information provided in the RFI is subject to change and is not binding on the Government. Responses to these notices are not offers and cannot/will not be accepted by the Government to form a binding contract. All submissions become Government property and will not be returned. Purpose The purpose of this notice is to conduct additional market research for a known agency requirement. The Government seeks industry comments in response to specific questions listed below. The responses/feedback received in response to this notice will be used to identify and resolve concerns regarding the acquisition strategy to include; feasibility of the requirement, commerciality, and industry standards. IAW FAR 15.201(c) (4), the Contracting Officer may host one-on-one meetings with any or all potential Offerors who provide an adequate response to the RFI/SS, without further public notice. NAICS Code Tentative North American Industrial Classification System (NAICS) Code is 561210, Facilities Support Services. Anticipated Contract Type/Period of Performance The anticipated contract will be a Firm-Fixed Price contract. Period of Performance: one (1) 12 month Base Period with four (4) subsequent 12 month Option Periods. The resultant contract award DEPARTMENT OF THE AIR FORCE AIR FORCE INSTALLATION CONTRACTING CENTER will include FAR clause 52.217-8, Option to Extend Services for a period of performance not to exceed a six (6) month extension of services. The total period of performance shall not exceed five (5) years excluding the additional six (6) months if FAR 52.217-8, Option to Extend Services is exercised. Projected Contract Award Date On/about 30 October 2023. Information Requested Potential offerors shall provide responses in the same numerical order as listed below. At minimum, potential offerors shall provide complete/sufficient responses to questions below. The Contracting Officer will deem incomplete/insufficient responses received from potential offerors as unacceptable. DO NOT SUBMIT CAPABILITIES STATEMENT/BRIEF. Specific responses to the questions below are requested. 1. COMPANY INFORMATION: Name, address, telephone number, point of contact name(s), e-mail address(es), Unique Entity ID and CAGE code. 2. IAW FAR 15.201, the Draft PWS has been provided to improve the understanding of the requirement and enhance the ability of the Government to obtain quality services. The Government requests that industry carefully review the attachment and offer comments or suggestions, with specific references to the attachments (e.g. section, paragraph number, page number). Any changes to the Draft PWS will be at the discretion of the Contracting Officer. 3. Do the paragraphs as written the Performance Work Statement (PWS) provide clear and concise instructions for the tasks to be performed? Provide any questions. 4. Are the workloads provided within the PWS sufficient to build a complete quote/proposal? If not, what other data is required? 5. Do you have experience working within the United States Air Forces in Europe � Air Forces Africa (USAFE-AFAFRICA) Area of Responsibility (AOR)? 6. Are you on any Government-wide Acquisition Contracts (GWACs)? If so, which ones? 7. Does your company currently perform, or has performed, the requested services on other Government contracts? If so, please provide the applicable contract number for reference. The Contracting Officer will review and consider all responses and/or questions received. However, the Contracting Officer is not required to implement any of the feedback and/or suggestions received. The Contracting Officer will not provide a written and/or verbal response to any questions received. Attachments 1. Attachment 1 � DRAFT Master Rigger PWS � Jan 2023 1 PERFORMANCE WORK STATEMENT Flight Equipment Master Rigger Base +4 Years 3 January 2023 1.0 DESCRIPTION OF SUPPORT REQUIREMENT 1.1 The USAF has a need for a Federal Aviator Administration Rigger. The mission is to organize, train, equip, and sustain USAF members, and various support personnel to support worldwide employment of Combat Search and Rescue (CSAR) and the full range of Special Operations missions. The force is required to rapidly deploy in support of joint operations in all physical environments, both at night and day, and to provide the war-fighting commanders the ability to project both air and ground forces to any region of the world in support of our national objectives. 2.0. TASK PURPOSE AND OVERALL OBJECTIVE 2.1. The Federal Aviator Administration (FAA) Rigger shall monitor equipment, schedule, inspect, repair and repack all aspects of the unit�s daily and weekly schedule. 2.2. Workload guidance is provided daily by the USAF Personnel Parachute Program Manager (PPPM) and Combat Mission Support Flight Commander/Non- Commisioned Officer in Charge (FC/NCOIC). The Combat Mission Support FC/NCOIC assigns continuing areas of responsibility and sets the overall weekly objectives and resources available. The contractor is responsible for the overall decision making and problem solving with minimal guidance from the advisor. The contractor plans and carries out the work, resolves conflicts that arise, coordinates the work with members of the unit, and interprets policy on own initiative in accordance with AFI 11-301, corresponding Supplements and regulations. Keeps squadron leadership informed of progress and matters that should be addressed. Completed tasks are reviewed from an overall standpoint in terms of quality assurance, feasibility, compatibility with other work, and effectiveness in meeting requirements or expected results. 3.0. DELIVERABLES. 3.1. The contractor shall perform the deliverable task requirements as identified in section 4.0. 3.2.The contactor shall possess and maintain education, experience, and certification as per section 5.0. 4.0. SPECIFIC TASK REQUIREMENTS 2 4.1. Contractor will perform inspection, packing, fabrication and repair work on Military Javelin/Vector, RA-1, TS-14/15 Tandem, MC-6, T-11R, G-12 Cargo, G-11 Cargo, T-10 Cargo, Military Tandem Tethered Bundle Butler, 15Ft Extraction, J-1 Spotter and Commercial Off the Shelf (COTS) Parachute systems assemblies and related subcomponents. Contractor shall inspect, repair, assemble, pack, and certify for airworthiness the military free fall, static line, cargo and any mission related parachutes. Contractor shall operate commercial grade and light duty sewing machines, installs grommets and snaps, and uses other equipment and tools in connection with cutting, assembling, fitting, basting, stitching, and installing. Operations may be performed under field conditions. Contractor shall perform critical structural repairs on ram-air parachutes, harnesses, container assemblies, and certified emergency reserve parachutes utilizing FAA/ manufactured specific techniques and procedures utilizing approved materials. Manufactures and replaces critical component parts, including suspension lines, control lines, pilot chutes, and bridles. Review all technical data to determine all repairs are correct and complete. 4.2. Contractor will perform maintenance and repairs on parachutist oxygen equipment. 4.3. Contractor will perform cargo drop rigging. 4.4. Contractor shall perform the complete overhaul, repair, and calibration on unit specific automatic parachute activation devices. Inspects and evaluates condition of units for proper operation. Troubleshoot, overhaul, and repair units IAW applicable technical orders and/or COTS manuals. Tests, adjusts, and calibrates units for precise tolerances. Review all technical data to determine all repairs are correct and complete. 4.5. Contractor shall routinely set up and operate a variety of altimeter test chambers to ensure correct bench marks of both speed and altitude are maintained during the testing process. 4.5.1 Contractor shall document all equipment inspections in Aircrew Flight Equipment Records Management System or similar databases in accordance with AFI 11-301V1. 4.5.2 Contractor shall perform and document In Process Inspections (IPI) on all military freefall, static line and cargo parachutes in accordance with AFI 11-301V1. Additionally, FAA Rigger shall perform, document and track negative trends on Quality Control Inspections in accordance with AFI 11-301V1. 4.6 Contractor will train Aircrew Flight Equipment (AFE) personnel on parachute maintenance and inspections in accordance with the 1P0XI Career Field Education and Training Plan (CFETP). Employee must be able to complete military train the trainer course. 5.0 PERSONNEL AND MINIMUM SKILL REQUIREMENTS. 5.1 Knowledge. Possess knowledge and proficiency of a wide range of maintenance concepts, principles, and practices of parachute systems assemblies and related subcomponents. All systems in use are classified as non- standard parachute systems. These systems are not found 3 in the typical military inventory and include back style ram- air type and round main parachutes, ram-air type reserve parachutes, chest-style reserve parachutes, single harness dual-parachute container systems, dual harness-dual parachute container systems, Cybernetic and pneumatic/mechanical automatic activation devices. Technical knowledge is required to properly ascertain if a certain maintenance procedures will adversely affect the dynamic flight characteristics of each different parachute system. Also, have specialized practical and theoretical knowledge of assigned systems/equipment and skill in applying this knowledge to difficult and unusual situations. Each component part of the parachute system is manufactured by different manufactures. Knowledge and proficiency of a variety of different parachutes, harness/containers, and automatic activation devises is essential for proper operation and use. 5.2 Education. For entry into this position, completion of high school or general educational development equivalency is mandatory. Competence with computer systems is essential. Experience with Microsoft Word, Excel, and PowerPoint programs is required. 5.3 Training. If not already trained, the Contractor will be trained by Aircrew Flight Equipment personnel through on-base training programs or at the unit�s expense in the following: Aircrew Flight Equipment Records Management System (AFERMS). 5.4 Experience. Individual shall provide/possess a certified FAA Master Rigger Certificate. Individual shall possess experience with chest and back style parachute rating and able to obtain �Secret� security clearance. Past military experience and military parachute certifications is highly preferred. 6.0 DELIVERY SUMMARY 6.1 The following Service Summary (SS) items outline key requirements/deliverables when performing this contract. Overall performance assessments will be provided to the Business Leader (BL) by the Mission Owner (MO). The government will perform customer surveys to the Rescue Operators as part of the government�s performance evaluation; all reported non- conformances will be validated by the BL. Meeting or not meeting the below thresholds will be the basis of that performance evaluation. Performance Objective PWS Paragraph Performance Threshold Task 1: Parachute Packing/Repair 4.1 FAA Rigger will ensure all assigned tasks are accurate and complete 100% of the time without error. 4 Task 2: Maintenance and repairs on oxygen equipment 4.2 FAA Rigger will ensure all repairs and modification are accurate and complete IAW each technical data 100% of the time without error. Task 3: Cargo Drop Rigging 4.3 FAA Rigger will ensure all Cargo Drop Riggings are accurate and complete 100% of the time without error. Task 4: Parachute Activation Device calibration 4.4 FAA Rigger will ensure all repairs and modification are accurate and complete IAW each technical data 100% of the time without error. Task 5: Inspection and documentation 4.5 FAA Rigger will ensure daily inspection documentation is accurate 90% of the time. Task 6: Training AFE Personnel 4.6 FAA Rigger will ensure all trainings and inspections are complete 90% of the time without error. 7.0 FURNISHED PROPERTY/SPACE. 7.1 Government Property. The Government anticipates on-site support for this contract at Aviano Air Base. The Government will provide all equipment and materials, and access to necessary networks and systems required to support the activities required under this contract. The Government will issue the contractor with the necessary equipment to perform their duties. The Government will provide furnished multi-use office spaces (workstations, office automation equipment, telephones, and furniture) and supplies at Government facilities. 8.0. TRAVEL 8.1 The Contractor may be required to travel in support of providing services in other than primary location, and in order to attend conferences and training seminars to maintain knowledge and proficiency of current and best commercial practices, as requested. On average, contract personnel travel 3 weeks annually. The costs for requested additional training and certification will be paid for by the supported unit. All trips will be in accordance with regulatory requirements and actual travel shall be coordinated and pre-approved by the Government BL in writing. Trips scheduled are subject to change. All travel expenses must be allowable IAW the Joint Federal Travel Regulations. 5 8.1.1 If the use of government quarters is requested the contractor must complete the Letter of Identification � Official Travel of Government Contractors, in its entirety and forward to the BL for approval process. 8.1.2 Local travel to attend meetings within the local city or base of assignment commuting vicinity shall be considered a cost of doing business and shall not be separately reimbursed. 8.1.3 The Contractor will fund all travel and expenses for employee proficiency and certification requirements. 8.1.4 The Contractor must be able to deploy to various locations with unit for a maximum of 30 days per year.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f487fe4ad4454c15af90a808c5d40b46/view)
 
Place of Performance
Address: ITA
Country: ITA
 
Record
SN06597170-F 20230223/230221230110 (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.