Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,2000 PSA#2602

Commander, U. S. Army Aviation & Missile Command, Acquisition Center, Building 5308, Redstone Arsenal, AL 35898-5280

B -- UH-1 TABLE OF ALLOWANCE (TDA) OUTSOURCING SOURCES SOUGHT SYNOPSIS (SSS) ARMY TEST AND EVALUATION COMMAND (ATEC) DUE 061600 POC John Kilpatrick, (256) 842-7507, or Wally Newcomb, (256) 955-8769 The purpose of this Sources Sought Synopsis (SSS) is to announce that the US Army Aviation and Missile Command (AMCOM), Huntsville, AL is soliciting potential contractors to furnish general capability and price information for providing light to medium helicopter aircraft support at the locations described in this synopsis. The intent of this synopsis is to survey the market for the overall effectiveness of replacing military UH-1 helicopter Table of Allowance (TDA) aircraft with civilian contracted aircraft. Our specific objective is to collect data to investigate the financial and materiel feasibility of outsourcing TDA aircraft by civilian firms. The contemplated outsourcing effort is a 2-5 year contract or combination of contracts. This SSS is an expression of interest only and does not commit the Government to the obligation of funds. Organizations submitting data may be invited to submit full technical and cost proposals in the future. No contract will be awarded as a result of this market survey, which is for information purposes only. The following are current criteria of interest: The Department of Defense (DOD), as the customer of airlift services, expects an air carrier to meet safety, operational, and maintenance standards established by the applicable Civil Aviation Agency Regulations (CARS). Accordingly and as required by US Public Law 99-661, the DOD has established a set of air carrier quality and safety requirements that reflect the type programs and practices the DOD seeks from air carriers or operators airlifting DOD resources. The vendor is required to be United States Federal Aviation Administration (FAA) certified. All aircraft must be listed on Air Carrier's Certificate, and flight crews must be trained, qualified, and scheduled in accordance with Federal Aviation Regulation (FAR Part 135) rules. This applies even when the contracted operations fall under FAR Part 91, or other FAR. In addition, air carriers shall comply with the following. Operations. Pilots responsible for computing and documenting the weight and balance. Companies responsible to maintain 30 days of documentation for all DOD flights to demonstrate compliance with the flight locating requirements of FAR 135.79. Single-engine aircraft shall be limited to flight during daylight hours and under Visual Flight Rules (VFR) conditions only. Aircrew Requirements. A pilot-in-command (PIC) and second-in-command (SIC) must be used for all fixed-wing, whole-plane charters and aircraft certified for two-pilot crew, or having seating configuration for ten or more passengers. Also when the aircraft is operated under Instrumental Flight Rules (IFR), PIC and SIC must have 250 hours of combined experience in their respective positions in the type of aircraft being operated. PIC's SIC time does not count towards the 250 hour requirement. The PIC must have 1500 hours total pilot time and have logged 100 hours PIC time in the past 12 months. The PIC must have at least 10 takeoffs and 10 landings, and 50 hours in the type and model aircraft being operated. The PIC will hold an Airline Transport Pilot (ATP) rating for any FAA Part 135-operations requiring ATP rated pilots. The PIC and SIC shall be IFR qualified i.e., both shall hold a commercial instrument rating for all DOD flights regardless of the weather or type of flight plan filed. Both Pilots shall meet the currency requirements of FAR 135.247. The PIC shall have a current FAR 135.293 instrument proficiency check and a current FAR Part 135.293 competency check. The SIC shall have a current FAR 135.293 competency check to include as a minimum one precision approach, one non-precision approach, and one missed approach. The SIC must meet the instrument currency requirements of FAR 61.57c. The SIC must take the instrument check for the type of aircraft assigned, and if assigned more than one aircraft, the SIC will be given alternately checks between the types of aircraft. Aircraft. Meet IFR performance requirements of FAR 135.181. The aircraft will be turbine powered if more than nine passengers are carried. The aircraft will be maintained in a good state of repair. Each aircraft will have a complete set of aeronautical charts, and approach plates (for each required pilot) covering the area of operations. The aircraft will have first-aid kit and emergency equipment, accessible to the passengers and appropriate to the environment of operations. Each aircraft will have approved life preservers for over-water flights and helicopters will have emergency flotation gear (pop-out) or standard flotation gear (fixed floats) in accordance with FAR Part 91.205b(12). Aircraft operated single pilot will possess a directional gyro, artificial horizon, rate of turn indicator, vertical speed indicator, one type of FAA-approved navigation equipment (such as an automatic direction finder (ADF) receiver system, with ADF indicator; VOR; GPS/Loran, etc.), one ATC transponder, an emergency locator transmitter (ELT), at least one Very High Frequency (VHF) receiver and transmitter. Aircraft operated with two pilots shall be equipped for IFR operations and possess two independent navigation systems suitable for the location served. At least one navigation system will include VOR/DME capability, dual VHF receivers and transmitters, capability to perform a precision approach other than a GCA, a transponder, and emergency procedures checklist. The SIC position must include the ability to manipulate all primary and auxiliary flight controls, lift/drag devices, landing gear, airspeed indicator, altimeter, artificial horizon, gyroscopic direction indicator or equivalent, and an independent navigation system. Aircraft will have GPS or other point navigation equipment on board. The following items are the contractor's responsibility: Crew certification; aircraft certification; crew payment; aircraft and business insurance; fuel; maintenance; maintenance facilities; aircrew equipment and uniforms; aircrew and maintenance training; and aircraft facilities. Requirements for unique military training to execute unique missions will be addressed on a case-by-case basis. Command: Army Test and Evaluation Command (ATEC). Locations: Airborne and Special Operations Test Directorate, Ft Bragg, NC (1 UH-1); White Sands Missile Range (WSMR), NM, (8 UH-1); Yuma Proving Ground (YPD), AZ (3 UH-1); Aberdeen Test Center Flight Detachment, Aberdeen Proving Ground (APG) Aberdeen, Maryland (2 UH-1H). Mission Statement: Airborne and Special Operations Test Directorate, Ft Bragg, NC, 1 UH-1H, current mission to support Test and Evaluation requirements of the Airborne and Special Operations communities. Conducts test and evaluations for rope repelling and para-drop requirements from helicopter platforms. Approximate hours flown per month 15 hours. White Sands Missile Range (WSMR), NM, 8 UH-1 current missions to support test and evaluation requirements at White Sands Missile Range. Support includes single and dual pilot missions of range sweeps, test support, and VIP missions. Ninety percent of the aviation mission requirements are in support of test andevaluations. Most test and evaluation missions require UH-1H lift capability. Current hours flown 15 hours per aircraft. Aircraft will have capability for jammer platform configuration providing 30 KVA of power to accomplish Electronic Proving Ground (EPG) missions. Rotary wing operations at White Sands are routinely conducted in conditions that require in-ground-effect and out-of-ground effect capability at altitudes up to 10,000 feet MSL and temperatures up to +30 degrees C. The Army Air Division at White Sands maintains an extensive file of airworthiness releases that apply to a multitude of systems used for data collection and missile component testing. Some of these systems are relatively simple such as C-band transponders and Multiple Target Tracking Systems (MTTS) used to perform aircraft profile tracking. Other systems are complex pallets that require major electrical and airframe modifications. These systems often include externally mounted cameras, missile seekers or other data collection equipment. Yuma Proving Ground (YPD), AZ (3 UH-1), provides for the test and evaluation support, range sweeps, limited VIP missions, and range and forest fire suppression. Aircraft require lift capability of 1200 lbs, 5000 MSL, high hot. Aircraft are required to execute water bucket forest and range fire suppression missions. Aberdeen Test Center Flight Detachment, Aberdeen Proving Ground (APG) Aberdeen, Maryland (2 UH-1H), current missions include support of the Aberdeen Range Facility for research and development, test and evaluation, limited VIP support, and forest and range fire suppression. Aircraft lift capability required will equal or exceed current UH-1H lift capability of 1200 lbs, 5000 MSL, high hot. Current flight requirement is 8-10 hours per airframe per month. Aircraft are required to execute water bucket forest and range fire suppression missions. Availability: General Aviation Missions will be executed within 12 hours of notifications. VIP Missions and range fire suppression missions will be executed within 6 hour of notification. Time sensitive missions like fire suppression during high-risk periods may require air on strip alert. Submission Requirements: Interested business sources that can provide the requirements in accordance with the description above are invited to submit information on their capabilities and standard commercial prices as these relate to the above requirements. Organizations are requested to submit data in an 8 1/2 x 11 spiral bound notebook with table of contents. Company name and logo should appear on the cover with primary point of contact. The notebook data should include: brief description of corporate capability to provide safe flight services per stated requirements, company name, address, mailing address, phones, fax, and email. This SSS is an expression of interest only and does not commit the Government to the obligation of funds. Questions should be submitted to John Kilpatrick, (256) 842-7507 or at the mailing or electronic addresses listed below: WHEN AND WHERE TO SUBMIT: Interested sources are requested to submit a package no later than 3:00 p.m. local time on 16 June 2000 to the following address: U.S. Army Aviation and Missile Command, AMSAM-AC-SA-H, Bldg. 5308, Attn: John Kilpatrick, Redstone Arsenal, AL 35898-5000. Electronic responses and questions are acceptable. The website address is " http://www.uh1transitions.redstone.army.mil ". This SSS is a data call only. The Government will not pay for any materials provided to it in response to this synopsis and submittals will not be returned to the sender. Posted 05/15/00 (W-SN454722). (0136)

Loren Data Corp. http://www.ld.com (SYN# 0024 20000517\B-0014.SOL)


B - Special Studies and Analyses - Not R&D Index Page