Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1999 PSA#2462

National Guard Bureau, Office of Army Contracting, NGB-AQ (Army), Suite 8100, Jefferson Plaza #1, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

U -- C-38,AIRCREW TRAINING SOL DAHA90-00-R-0003 DUE 111999 POC Captain Eric Obergfell (703) 607-1218 E-MAIL: Capt Obergfell's e-mail, obergfelle@ngb.ang.af.mil. 17. (i) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. (ii) DAHA90-00-R-0003 is issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. (iv) This solicitation is unrestricted with SIC code 8299. The National Guard Bureau (NGB) proposes to write an Indefinite-Delivery, Indefinite-Quantity contract for C-38 initial and refresher training for Air National Guard (ANG) C-38 pilots. OBJECTIVE. To obtain C-38 (ASTRA SP) initial and refresher aircrew training for ANG pilots. The products to be provided by industry are commercial off-the-shelf (COTS) aircrew training courses that have been Federal Aviation Administration (FAA) certified with military requirements inserted as an add-on. (v) Estimated requirements for the base contract period and option years are: Base Year (1 January 00 -- 31 December 00) -- - 0001 [C-38 Aircrew Initial Training Course, four (4) students with two (2) students/class]; 0002 [C-38 Aircrew Refresher Training Course, sixteen (16) students with two (2) students/class]; 0003 [Basic Contract Data, Lot, NSP]; Option Year One (1 January 01 -- 31 December 01) -- - 0101 [C-38 Aircrew Initial Training Course, four (4) students with two (2) students/class]; 0102 [C-38 Aircrew Refresher Training Course, sixteen (16) students with two (2) students/class]; 0103 [Basic Contract Data, Lot, NSP]; Option Year Two (1 January 02 -- 31 December 02) -- - 0201 [C-38 Aircrew Initial Training Course, four (4) students with two (2) students/class]; 0202 [C-38 Aircrew Refresher Training Course, sixteen (16) students with two (2) students/class]; 0203 [Basic Contract Data, Lot, NSP]; Option Year Three (1 January 03 -- 31 December 03) -- - 0301 [C-38 Aircrew Initial Training Course, four (4) students with two (2) students/class]; 0302 [C-38 Aircrew Refresher Training Course, sixteen (16) students with two (2) students/class]; 0303 [Basic Contract Data, Lot, NSP]; Option Year Four (1 January 04 -- 31 December 04 -- - 0401 [C-38 Aircrew Initial Training Course, four (4) students with two (2) students/class]; 0402 [C-38 Aircrew Refresher Training Course, sixteen (16) students with two (2) students/class]; 0403 [Basic Contract Data, Lot, NSP]; (vi) REQUIREMENTS. The industry-provided courses of instruction shall focus emphasis on C-38 normal, abnormal, and emergency operating procedures for the various aircraft systems with particular emphasis on instrument refresher training (IRT) [to include category I (CAT I) and category II (CAT II) approaches and reduced vertical separation minimums (RVSMs)] and crew resource management (CRM) procedures. The contractor shall furnish all the necessary facilities, personnel, materials, and equipment needed for instruction. Major items of equipment to be provided are (a) an FAA certified ASTRA SP/C-38, Level C simulator and (b) any non-motion procedures modules/trainers required for the courses of instruction. Pilots shall be made aware of and instructors shall require performance level in accordance with the current FAA Airline Transport Pilot (ATP) type rating practical test standard. The contractor shall provide training on Crew Resource Management (CRM) for pilots attending C-38 initial and refresher training. The training shall conform to the requirements established in AFI 11-290. In particular, the contractor shall update their programs annually to focus on a different "core concept" as spelled out in AFI 11-290. The contractor shall incorporate principles of CRM in both the ground and flight simulator phases of C-38 aircrew initial/refresher training in order to provide students with an understanding of teamwork dynamics; emphasizing the importance of the aircrew working together to maximize the use of available resources. This training shall include as a minimum: (a) Situational Awareness, (b) Group Dynamics, (c) Effective Communications, (d) Risk Management and Decision Making, (e) Workload Management, (f) Stress Awareness and Management, (g) Mission, Planning, Review, and Critique Strategies, and (h) Human Performance. The contractor shall video tape a two-hour segment of any scheduled simulator ride to use as a debriefing tool to accomplish this task. This video taped segment shall be referred to as a Mission Oriented Simulator Training (MOST) mission. The MOST mission segment shall be that portion of any simulator ride that most challenges students to analyze and assess the effectiveness of human factor dynamics in the decision-making process. The MOST mission shall be used to highlight the latest CRM principles and techniques and its content used to critique and provide feedback to the students during debriefing. Any crew/student not taped, for any reason, shall be reported in the quarterly reporting system. The contractor shall provide instrument refresher training (IRT) [to include category I (CAT I) and category II (CAT II) approaches and reduced vertical separation minimums (RVSMs)] for aircrews attending C-38 aircrew training. The contractor shall incorporate IRT in both the ground and flight simulator phases of the aircrew initial/refresher training courses. IRT shall consist of six hours of over-the-shoulder training by an instructor pilot. The contractor may vary the aircrew initial/refresher training courses of instruction in order to maximize efficiency so long as six hours of ground and/or simulator training are provided to the aircrew. Aircrews shall receive a certificate of completion from the contractor, which indicate six hours of IRT have been provided. IRT instruction shall, as a minimum, cover the following areas: (a) Air Traffic Control Flight Regulations, (b) Approach Plate Types (civilian), (c) Clearance Procedures, (d) Standard Instrument Departure Procedures, (e) En Route Procedures, (f) Point-to-Point Navigation, (g) Holding Procedures, (h) Instrument Approaches, (i) Radio Out Procedures, (j) Loss of Instruments, (k) Instrument Related Emergency Procedures, and (l) Jeppsen Publication Procedures. (vii) Dates and places of delivery and acceptance shall be at the contractor's facility. CONTRACT DELIVERABLES. The contractor shall provide updates to his/her schedule of class instruction on a quarterly basis. (Quarterly, ANG/DOOS{1} and 200AS/DOT{1}) Post Course Reports shall be submitted not later than five business days after completion of each course. (As required, ANG/DOOS{1}) The reports shall include: (a) One copy of the military special orders directing the student to class entry, (b) One copy of ATC Form 325, Student Accounting and Attendance Record (or similar form), and (c) A completed ATC Form 258, Student Evaluation of Training (or similar form). A Certificate of Training shall be provided to each student upon successful completion of each course. [As required, 2 each (original and copy) to each student]. As a minimum, the certificate shall identify: The student, start and completion dates of the course, title of the course, hours of instruction provided during the course, name of the Contractor providing the instruction, and place of instruction. A status report shall be provided to the Government on a quarterly basis. The first report is due at the end of the first FY quarter that training begins and subsequent reports shall be provided each quarter thereafter. The report shall be as of the last day of the FY quarter and shall be provided to the Government NLT 10 calendar days after the end of the reporting quarter. This report shall incorporate the following information as a minimum: (a) Number of classes started/completed during the quarter. Information shall be broken out to reflect each student's name, grade, unit of assignment, and dates of training. (b) Number of student no-shows. Information shall be broken out to reflect each student's name, grade, unit of assignment, and scheduled dates of training. (c) Number of authorized class cancellations from ANG/DOOS. (d) Contractor projected workload for the next quarter for the courses provided under the contract. (e) Problems being experienced by the contractor to include any recommendations the contractor has for release of students from training and reasons for the same. The first issue of the quarterly status report will be reviewed and approved by the Government for content and format. Comments will be provided to the contractor within fifteen calendar days after receipt. If changes need to be made, the contractor, at no additional cost to the Government, shall incorporate them. (Quarterly, 1 each to ANG/DOOS and 200AS/DOT) CONTROL PROCEDURES. The Contractor shall notify NGB-AQC, ANG/DOOS, and the student's unit of assignment by telephone, followed up with a letter, if a student's aptitude or rate of progression is unsatisfactory. The notification shall provide specific details for the unsatisfactory performance and shall request disposition instructions. The contractor shall not cause a student to repeat a course or any part thereof, for academic reasons. Each student attending training at the contractor's facility is required to complete an evaluation of the training received. This evaluation is forwarded to the requiring activity office (ANG/DOOS) for review. When problems are identified, the requiring activity contacts the student to better understand the problem and get a recommendation(s) for improving the training. These issues are then discussed with the aircraft Program Element Monitor (PEM) to determine a course of action. GOVERNMENT-FURNISHED SUPPORT. The Government shall make needed C-38 technical orders and USAF publications available to the contractor, however, these documents will be provided and maintained by the Government in contractor-furnished space. PROPOSAL INSTRUCTIONS: The offeror shall provide the following information in their proposals: (a) Five copies of the instructional material for each course that is to be provided to the government, (b) Projected class schedule for the availability of courses during the initial contract period of performance, (c) Past and present contract performance data for similar, relevant operations with industry and the government for the preceding five years. If none, so state. Each contract vehicle shall be identified by name, date(s) of performance, contracting agency, and name and commercial telephone number of the contracting officer. Problems associated with any contract shall be identified and the actions taken to resolve the issues shall be explained, (d) Proposed training program and the degree with which it meets SOW requirements. This description shall describe where the training is to occur, facility availability, backup plan for training device failures, training devices (courseware, computer based instructional programs, workstations, FAA certified level C training devices, part-task trainers, procedures trainers, etc) that are going to be used to conduct training, organization and key personnel, personnel resources available to conduct the training (offeror and subcontractors if used), instructor qualifications, and an assessment by the offeror of risks associated with his plan, and (e) The offeror may propose alternate courses of instruction than those needed by the Government if he/she believes the alternate courses would be more beneficial or cost effective. These courses shall be offered without penalty, but must be accompanied with written justification as to why they would be beneficial or more cost effective for the Government. This action does not relieve the offeror from providing proposals on the courses of instruction requested by the Government. EVALUATION CRITERIA: Proposals will be evaluated based on technical, present/past performance and price. Technical and performance areas combined are equal to the cost area. The government plans to make trade-offs in selecting the best contractor. The technical evaluation will include three areas: 1) Training task solution to include the approach, availability, content and schedule proposed. 2) Program management to include personnel resources, organization, and subcontractor arrangements. 3) Program risk assessment, which will be based on the Governments confidence in the contractor's ability to fulfill the requirement. The present/past performance analysis will review performance on relevant programs and solutions to problems. The price analysis will review price reasonableness and completeness. CONTRACT CLAUSES: (viii) Clause 52.212-1, Instructions to Offerors-Commercial applies to this acquisition (See PROPOSAL INFORMATION). (ix) Clause 52.212-2, Evaluation-Commercial Items applies to this acquisition. Evaluation (See EVALUATION CRITERIA) -- Technical and present/past performance combined are equal to cost or price. (x) Offerors are advised to include a completed copy of the Clause at 52.212-3 (updated FAC 97-12), Offeror Representations and Certifications-Commercial Itemswith your offer. (xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Execute Statues or Executive Orders-Commercial Items, applies to this acquisition. Paragraph B appropriate clauses: (1),(2),(3),(6),(7),(8) and (9). (xiii) Clause 52.217-5, Evaluation of Options, applies to this acquisition. Clause 52.217-8, Option to Extend Services, applies to this acquisition. Clause 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. Clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, applies to this acquisition. Provision 252.210-7000, Contracting Officer's Representative, applies to this acquisition. Provision 52.216-18, Ordering, (a) 01 Jan 00-30 Jun 05, (including options, if exercised) applies to this acquisition. Provision 52.216-19, Ordering Limitations, (a) $10,00.00, (b)(1) $400,000, (b)(2) $400,000 (b)(3) 10 days (d) 10 days applies to this acquisition. Provision 52.216-22, Indefinite Quantity, (d) Jun 05 (includes options and maximum extension), applies to this acquisition. The government reserves the right to limit the competitive range for efficient competition and also award without discussions. (xiv) N/A (xv) N/A (xvi) Offers are due November 19, 1999, 12:00pm (noon) at NGB-AQC-S; 1411 Jefferson Davis Highway, Suite 8100; Arlington, VA 22202-3231. (xvii) Capt Eric Obergfell, (703) 607-1218***** Posted 10/22/99 (W-SN394257). (0295)

Loren Data Corp. http://www.ld.com (SYN# 0067 19991026\U-0001.SOL)


U - Education and Training Services Index Page