COMMERCE BUSINESS DAILY ISSUE OF APRIL 30, 2001 PSA #2840
ANNOUNCEMENTS
V -- AIR TRANSPORTATION SERVICES TO PERFORM FREE FALL OPERATIONS
- Notice Date
- April 26, 2001
- Contracting Office
- Department of the Air Force, Air Mobility Command, HQ AMC/DOY Contract Airlift, 402 Scott Drive, Unit 3A1, Scott AFB, IL, 62225-5302
- ZIP Code
- 62225-5302
- E-Mail Address
- Mary Deutschmann (mary.deutschmann@scott.af.mil)
- Description
- This is a Request for Information (RFI). The information received will be used in assessing the availability of aircraft certified to perform free fall operations for the Department of Defense (DOD). The following aircraft (or equivalent) are required: C-123, U-1A Otter, U-21A UTE, UV-18B Twin Otter, C-119, Cessna's, Porters or CASA 212, DHC6 Twin Otter. The aircraft must have been approved by USSOCOM Manual 350-3 for airborne operations. The aircraft must be able to perform day and night VFR operations. Company must be able to provide services within 48-hours notice. The aircraft must be able to lift from four (4) to 15 parachute team members/paratroopers. Aircraft must include all required safety equipment listed in USSOCOM Manual 350-3. Flight times vary per site. The contractor will be required to contact the local Government representative for airtime restrictions, if any, prior to schedule of jumps. Paradrop Operations will be scheduled with the Government representative at each location prior to the jump. USSOCOM, MacDill AFB, FL -- twice a month over course of 6 hours. AFSOC, Hurlburt field, FL -- once each month over course of five (5) hours. USASOC, Fayetteville, NC -- 15 hours per month. NAVSPECWARCOM, San Diego, CA and Little Creek, VA -- schedule unknown at this time. The following training requirement pertains to the NAVSPECWARCOM organization only: Conduct 5 "B" licenses work up courses per year with 12 students per course (East Coast). Conduct 4 "B" licenses work up courses per year with 18 students per course (West Coast). The company must comply with all military regulations governing civilian operations on a government installation. The contractor pilot will ensure required briefings are conducted as per USASOC Regulation 350-2, Field Manual 57-220. For passenger operations/movements briefings will be conducted as per Federal Aviation Regulation (FAR) 91.519. Sources do not need to have the ability to service each of the above locations; therefore, sources should indicate locations of interest and input on these requirements. Pending outcome of the RFI results, performance is estimated to begin on or about 1 Aug 01. This agency has not made a final commitment to procure the stated requirement and the synopsis of this RFI should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. This agency is interested in obtaining responses to this RFI from prospective contractors but no contractor shall be reimbursed for providing this information; therefore, the Air Force will accept the requested information in whatever format is provided. All information provided by the contractor will become the property of the Air Force and will not be returned. Responses are required no later than 10 May 2001.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=S&P=Reference-Number-F11626-01-I-0004&L=470)
- Record
- Loren Data Corp. 20010430/SPMSC009.HTM (D-116 SN50K4M2)
| SP - Special Notices Index
|
Issue Index |
Created on April 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|