|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1997 PSA#1921Commander, USAINSCOM SPT Bn (PROV), Attn: IASB-DCO, 8825 Beulah Street,
Fort Belvoir, VA 22060-5246 U -- AIRCRAFT PILOT TRAINING SOL DASC01-97-R-0016 DUE 092397 POC Alice
Kenny, Contract Specialist (703)706-2778, Zenaida Castro, Contracting
Officer (703)706-2763 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation.
Solicitation number DASC01-97-R-0016 applies, and is issued as a
Request for Proposal (RFP). This solicitation incorporates provisions
and clauses in effect through Federal Acquisition Circular 90-46. The
US Army Intelligence and Security Command require initial and refresher
training of U.S. Army Aviators in a Government leased or furnished
DeHavilland DHC7 aircraft. The period of performance for this contract
is 1 October 1997 to 30 September 1998, plus four option years.
STATEMENT OF WORK (SOW). 1 SCOPE. This SOW covers U.S. Army
Intelligence and Security Command (INSCOM) Airborne Reconnaissance LOW
(ARL) pilot training requirement support. This support encompasses
aviation training for the acquisition of airborne reconnaissance LOW
(ARL) pilot training of U.S. Army Aviators. The training is required in
a two-phased DHC7 aircraft initial training program. The students will
receive instruction in the man-machine interface criteria effecting
ARL system performance. 2. APPLICABLE DOCUMENTS. The following
documents are applicable to this SOW. 1 Federal Aviation Regulation.
Federal Aviation Regulation Part 21 Certification Procedures for
Products and Parts, Federal Aviation Regulation, Part 25 Airworthiness
Standards, Transport Category Airframe, Federal Aviation Regulation,
Part 91,General Operating and Flight Rules, Federal Aviation Regulation
Part 125, Certification and Operations: Airplanes Having a Seating
Capacity of Twenty or more Passengers or a Maximum Payload Capacity of
6,000 lb. or More, and Federal Aviation Regulation, Part 145, Repair
Stations. 2.2 Military Documents. 2.2.1 Army Regulation (AR). AR 95-1
Army Aviation: Flight Regulations, AR 95-3 Aviation: General Provision,
Training, Standards, and Resource Management, and AR 95-20 Contractor
Flight Operations. . 2.2.2 Training Circular (TC). TC 1-210, Aircrew
Training Program Commanders Guide to Individual and Crew
Standardization. 2.2.3 Field Manual (FM) 21-6 How to Prepare and
Conduct Military Training. 2.2.4 Other Manuals. HQ INSCOM O-5A, EO-5B
and the RC-7B Aircrew Training Manual (ATM), DHC7, O-5A, EO-5B and the
RC-7B Operator's Flight Manuals. 3. REQUIREMENTS. 3.1 Training. The
Government will furnish a DHC7 to facilitate ARL flight training. The
contractor will operate the aircraft in a public category certification
classification and under the provision of AR 95-20, vol. 1,
Contractor's Flight Operations. The contractor shall teach a DHC7
initial Aviator Flight Training Course (Phase I), an Aviator Training
Course for ARL Differences (Phase II), and an Aviator Refresher Course.
The contractor shall provide refresher training to qualified Government
pilots. The ARL Refresher Training Course shall include eight (8) hours
of flight instruction in a DHC7 aircraft. The DHC7 Aircraft shall be
kept and maintained at the contractor's facility. The contractor's
facility will be located only within the Continental U.S. All classroom
and flight training shall be conducted at the contractor's facility.
The courses shall address all the training requirements stated in the
Headquarters INSCOM O-5A, EO-5B and the ATM and clearly define actions
to be taken to ensure full aircraft operations. The contractor shall
furnish all equipment facilities, classroom and consumable course
materials. 3.2 The contractor instructor pilots must be authorized to
certify trainee qualifications in the DHC7 aircraft. Presentation of
Course Material. The contractor shall provide an appropriate automated
instructional area for students to complete a government furnished
Computer Based Training Program based on several aircraft systems. The
Computer Based Training Program and courses shall be conducted in an
area free of interference from other classes or activities. 3.3 Program
of Instruction (POI). The contractor shall prepare POI for phase
two(Aviator Training Course for ARL Differences) of the required
training, and submit it to the Government for approval. The Government
will provide a POI for phase one and refresher training. 3.4 Audio and
Visual Aids. The contractor shall prepare, provide and use all
available training aids and equipment that might enhance the training
course. All training aids to include, wall charts, overhead projector
transparencies, 35mm slides, videotapes, and films, shall be master
reproducible copies so that clean copies can be made. All aids and
materials developed or specifically procured or manufactured for use in
all training courses shall become U.S. Government property. 3.5
Measurement of Student Achievement Test. The contractor shall
continually evaluate the students' progress toward meeting the
standards stated in the Headquarters INSCOM O-5A, EO-5B and the RC-7B
ATM by using progress tests and post-tests. All written tests shall be
constructed using four-part multiple choice questions, except for
aircraft limitations and emergency procedures that Aviators are
required to memorize. These tests shall be fill in the blank type
format. Time used to conduct and critique written and hands-on test
shall not exceed 20 percent of total course length. This time shall be
in addition to the course instruction length. As a minimum, students
shall be given a program test of not less than one (1) hour duration
after each twenty (20) hours or less of instruction. 3.6 Student
Requirements. Students will be scheduled and controlled by the
Government. The contractor is not required to provide or be responsible
for lodging assistance, transportation, or control of non-class time of
student personnel attending the course(s). The contractor may recommend
to the Government the withdrawal of any student(s) who, in the
contractor's judgment, can not be trained to RC-7B ATM standards to
include medical disqualification or grounding, professional misconduct
or performance. The Government may evaluate such student(s)
performance, knowledge, or skills that are in question verbally or
through a flight evaluation per the ATM. The government will make the
final decision whether a student will continue the course. Once
evaluated the government will have the final say as to if the student
(s) continue the program of instruction. The Government alone shall
make a final determination whether the student(s) is allowed to
complete the POI. 3.7 Flight Training. The contractor shall conduct a
program of flight training to qualify each trainee in the safe
operation of the ARL aircraft per the ATM. Flight training shall
provide a minimum of fifteen (15) hours of flight instruction per
student. The training shall include all objectives for normal and
emergency aircraft operations. Ground school instructor/student ratio
shall not exceed 1 to 6. Flight training instructor/student ratio for
rated Aviators shall not exceed 1 to 2. Ground school and flight
training shall be designed to permit concurrent scheduling on a daily
basis. The contractor may schedule all flight training after completion
of ground school training. 3.8 Conduct of Training Courses. Government
will evaluate and approve the training program to ensure that the
objectives and training requirements are met. The Government or
designated representative(s) may also observe the training courses as
they are being taught and conduct end of course student flight
evaluations. A Government representative will conduct, at a minimum, an
annual flight evaluation of contractor's instructor pilots. 3.9 Student
Load. The maximum number of students for the initial courses will be
34. The contractor shall conduct a total of seventeen (17) initial
courses of two (2) students each, and thirteen (13) refresher courses
of two students each. The contractor shall after a 45 day notice be
able to surge to four (4) students per initial course. The surge will
not increase the total number of initial students above 34, but allows
for essentially combining two classes. The scheduled dates for the
initial courses and refresher are as follows. 3.9.1 INITIAL: 98-I-01;
(Phase I) 03 NOV 97 14 N0V 97, (Phase II) 17 NOV 97 -- 21 NOV 97,
98-I-02; (Phase I) 17 NOV 97- 28 NOV 97 (Phase II) 01 DEC 97 05 DEC 97,
98-I-03; (Phase I) 01 DEC 97 12 DEC 97, (Phase II) 15 DEC 97 -- 19 DEC
97, 98-I-04; (Phase I) 05 JAN 98 16 JAN 98, (Phase II) 19 JAN 98 -- 23
JAN 98, 98-I-05; (Phase I) 02 FEB 98 13 FEB 98, (Phase II) 16 FEB 98 --
20 FEB 98, 98-I-06 (Phase I) 23 FEB 98 6 MAR 98, (Phase II) 09 MAR 98
-- 13 MAR 98, 98-I-07; (Phase I) 16 MAR 98 27 MAR 98, (Phase II) 30 MAR
98 -- 03 APR 98, 98-I-08; (Phase I) 06 APR 98 17 APR 98 (Phase II) 20
APR 98 -- 24 APR 98, 98-I-09; (Phase I) 20 APR 98 01 MAY 98, (Phase II)
04 MAY 98 -- 08 MAY 98, 98-I-10; (Phase I) 11 MAY 98 22 MAY 98, (Phase
II) 25 MAY 98 -- 29 MAY 98, 98-I-11; (Phase I) 25 MAY 98 05 JUN 98,
(Phase II) 08 JUN 98 -- 12 JUN 98, 98-I-12; (Phase I) 15 JUN 98 26 JUN
98, (Phase II) 29 JUN 98 -- 03 JUL 98, 98-I-13; (Phase I) 29 JUN 98
-10 JUL 98, (Phase II) 13 JUL 98 -- 17 JUL 98, 98-I-14; (Phase I) 20
JUL 98 31 JUL 98, (Phase II) 03 AUG 98 -- 07 AUG 98, 98-I-15; (Phase I)
10 AUG 98 21 AUG 98, (Phase II 24 AUG 98 -- 28 AUG 98, 98-I-16; (Phase
I) 31 AUG 98 11 SEP 98, (Phase II) 14 SEP 98 -- 18 SEP 98, 98-I-17;
(Phase I) 14 SEP 98 25 SEP 98, (Phase II) 28 SEP 98 -- 02 OCT 98, 3.9.2
REFRESHER: 98-R-01 20 OCT 97 24 OCT 97, 98-R-02 08 DEC 97 12 DEC 97,
98-R-03 15 DEC 97 19 DEC 97, 98-R-04 26 JAN 98 30 JAN 98, 98-R-05 16
FEB 98 20 FEB 98, 98-R-06 09 MAR 98 13 MAR 98, 98-R-07 30 MAR 98 05 APR
98, 98-R-08 04 MAY 98 08 MAY 98, 98-R-09 08 JUN 98 12 JUN 98, 98-R-10
13 JUL 98 17 JUL 98, 98-R-11 01 AUG 98 05 AUG 98, 98-R-12 24 AUG 98 28
AUG 98, 98-R-13 28 SEP 98 02 OCT 98. 3.10 Aircraft Maintenance. The
contractor is not responsible for any maintenance of any government
leased or furnished aircraft. Maintenance of the government leased or
furnished aircraft will be supplied under separate contract. Contractor
must provide space for DHC7 aircraft to include outside parking
andhangar area for all scheduled and unscheduled maintenance.
Contractor will coordinate with maintenance contractor to ensure
scheduled/routine maintenance and repairs do not impact scheduled
training. Training contractor will work closely with maintenance
contractor to ensure aircraft is maintained in accordance with all
applicable regulations. 3.11 Operations. The contractor shall support
all programmed flying hours required to support the projected student
training requirements described in this SOW. 3.12 Instruction
Qualifications. The contractor's instructors shall be graduates of a
U.S. Department of Defense Fixed-Wing Multi-Engine Instructor Pilot
course. Additionally they must possess FAA certificates for Certified
Multi-Engine Flight Instructor and Certified Flight Instrument
Instructor. Within 180 days of contract award, contractor's instructor
pilots shall be Aircrew Coordination Training certified. The
contractor's instructors/instructor pilots, shall have a professional
understanding of principlesof learning and teaching methods and be able
to demonstrate their ability to apply these principles and methods in
FM 21-6. 3.13 Government Visits. Government personnel or its designated
representatives may visit contractor facilities to inspect, monitor, or
evaluate the contractor's performance in developing and conducting
training programs at reasonable times and without notice. The following
provisions and clauses are applicable to this acquisition: FAR
52.212-1. Instructions Offerors-Commercial Items: FAR 52.212-3 Offeror
Representations and Certifications commercial items: FAR 52.212-4
Contract Terms and Conditions -- Commercial Items: FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items, including paragraph b,
subparagraphs, (1) 52.203-6 Restrictions on Subcontractor Sales to the
Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402), (2)
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (41
U.S.C.423), (3) 52.219-8 Utilization of Small Business Concerns and
Small Disadvantaged Business Concerns (15 U.S.C.637(d)(2) and (3)), (5)
52.219-14 Limitation on Subcontracting (15 U.S.C.637(a)(14)), (6)
52.222-26 Equal Opportunity (E.O. 11246), (7) 52.222-35 Affirmative
Action for Special Disabled and Vietnam Era Veterans (38
U.S.C.4212),(8) 52.222-36 Affirmative Action for Handicapped Workers
(29 U.S.C.793), (9) 52.222-37 Employment Reports on Special Disabled
Veterans of the Vietnam Era (38 U.S.C.4212), in addition, FAR 52.217-5
Evaluation of Options, 52.217-9 Option to Extend the Term of the
Contract, 52.232-33 Mandatory Information for Electronic funds Transfer
Payment, 52.232-18 Availability of Funds and 52.245-2 Government
Property (Fixed-Price Contracts). The Government may extend the term of
this contract by written notice to the Contractor within 30 days of
contract expiration; provided, that the Government shall give the
Contractor a preliminary written notice of its intent to extend at
least 60 days before the contract expires. The preliminary notice does
not commit the Government to an extension. If the Government exercises
this option, the extended contract shall be considered to include this
option provision. The total duration of this contract, including the
exercise of any options under this clause, shall not exceed 5 years.
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items The following clauses are applicable, (b) 252.219-7003
Small Business and Small Disadvantaged Business Subcontracting Plan
(DOD contracts)(15 U.S.C.637), 252.219-7005 Incentive for
Subcontracting with Small Businesses, Small Disadvantaged Businesses,
Historically Black Colleges and Universities and Minority Institutions
and 252.219-7006 notice of Evaluation Preference for Small
Disadvantaged Business Concerns. In addition DFARS 252.228-7002
Aircraft Flight Risk is applicable. An award will be made to the
responsible offeror whose offer meetsthe requirements of this
solicitation at the lowest price. Offerors should furnish literature
that demonstrates that their offer meets or exceeds the requirements of
the solicitation. Price will be based on the overall cost, including
each option. If a proposal submitted in response to this solicitation
is favorably considered, a Government survey team may contact the
offeror to determine the offeror's ability to perform all requirements
listed in the solicitation by applying the standards set forth in FAR
9.104. Submit all questions to the attention of the POC in writing at
the address listed below, e-mail: ackenny@vulcan.belvoir.army.mil, or
by fax: (703)806-1156 not later than 3:30 pm EST. September 5, 1997.
Phone calls will not be accepted. Offers shall be sealed and the outer
cover shall be annotated: RESPONSE TO RFP NO. DASC01-97-R-0016. Offers
shall be received at COMMANDER, INSCOM SPT BN (PROV), ATTN IASB DC-O
(Ms. KENNY), 8825 BEULAH STREET, FT. BELVOIR, VA 22060-5246, not later
than 12:00 PM, localtime, September 23, 1997. See Numbered Note 1.
Questions and answers for solicitation DASC01-97-R-0016 are provided:
1. Is there any requirement for the training to be conducted within a
specific geographic area? Answer: The training will be conducted only
within the continental United States. The Government supplied aircraft
will be operated only within the continental United States. 2. Will
the designated training aircraft be provided to the contractor's
facility for the duration of the contract or simply during training
periods? Answer: The government supplied training aircraft will remain
at the contractor's facility for the duration of the contract. The
aircraft will be used for training only. 3. What is the condition of
the aircraft that will be used? Will the maintenance costs be covered
as a Cost Reimbursable Line Item? Answer: The aircraft will be in a
fully certified FAA condition. The aircraft will be equipped for
DAY/NIGHT, VFR/IFR flight into known icing conditions IAW Federal
Aviation Regulation, Part 91. At a minimum, the aircraft will be
equipped with an Engine Fire Detection System, Reversible Propeller
System, Air Conditioning System, Complete Anti- and De-icing Equipment,
Oxygen System in the Cockpit Area, Complete Urethane Paint, High
Floatation Landing Gear, and Avionics Configured. Minor discrepancies
may exist that do not effect the Minimum Equipment List or safety of
flight. The maintenance requirement has been eliminated. 4. Will costs
be evaluated simply by the price proposed, or will there be a
government evaluated price? Will the Government be responsible for all
travel and per diem expenses incurred for training and maintenance?
Answer: As stated in the solicitation/synopsis "an award will be made
to the responsible offeror whose offer meets the requirements of this
solicitation at the lowest price." The Government is responsible only
for travel and per diem expenses of U.S. Government students attending
the training. 5. A less than two weeks response period does not allow
sufficient time to provide the Government with a complete, quality
proposal. Will the Government extend the solicitation to allow for
competition and to respond to all questions? Answer: The proposal due
date has been extended to close of business, September 23, 1997. 6.
What is the type of contract? Answer: Firm Fixed Price. 7. What is the
total number of students and distribution (Phase I, Phase II and
Refresher) for each of the four (4) option years? Answer: The same as
for the first year, as shown in paragraph 3.9 of the solicitation. 8.
What is the format for the pricing part of the proposal? Answer: The
proposal is to have a firm fixed price for the first year and each of
the four (4) option years. CLIN 0001 The Base Year (FY98), CLIN 0002
Optional Year 1 (FY99), CLIN 0003 Optional Year 2 (FY00), CLIN 0004
Optional Year 3 (FY01) and CLIN 0005 Optional Year 4 (FY02). 9.
Paragraph 3.2 of the requirement specifies that "The contractor
instructor pilots must be authorized to certify trainee qualifications
in the DHC aircraft." We interpret this as indicating that the pilot
instructors are authorized to certify successful completion of the
Program of Instruction (POI). Please define "authorized to certify."
Answer: Contractor instructor pilots will be authorized to officially
qualify trainees in the DH7 aircraft for the Government. This
authorization is contingent upon the contractor instructor pilot
successfully completing an annual check ride given by a Government
Standardization Pilot. A Government grade slip from the check ride will
"recommend authority to certify Government pilots in the DH7 aircraft."
The government will have final approval for this recommendation. 10.
Does the Government plan to provide any spare/repair parts for repair
and maintenance of the aircraft or is the contractor expected to
include the price of providing spares and repair parts in its bid?
Answer: The maintenance requirement has been eliminated. 11. Please
clarify the desired training dates. Initial Phase II classes 98-1-10
shows only four days for training and 98-1-16 indicates dates from 4
September to 18 September. Answer: Both entries are typographical
errors. Initial class 98-1-10 should read (Phase I) 11 May 98 -- 22 May
98, (Phase II) 25 May 98 -- 29 May 98. Initial class 98-1-16 should
read (Phase I) 31 Aug 98 -- 11 Sep 98, (Phase II) 14 Sep 98 (0240) Loren Data Corp. http://www.ld.com (SYN# 0111 19970902\U-0004.SOL)
U - Education and Training Services Index Page
|
|