Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2003 FBO #0453
SOLICITATION NOTICE

V -- Air Support for March - May

Notice Date
2/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-03-T-0014
 
Archive Date
3/18/2003
 
Point of Contact
Karen Glass, Contracting Officer, Phone 910-432-6145, Fax 910-432-9345, - Jane Sutherlin, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345,
 
E-Mail Address
glasska@soc.mil, sutherlj@soc.mil
 
Description
17(i). This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 17(ii). The solicitation number USZA92-03-T-0014 is issued as a Request for Quotation (RFQ). 17(iii). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. 17(iv) This procurement is unrestricted. All responses from responsible sources will be fully considered. 17(v). This action is to provide contract air support for the US Army Special Operations Command at Fort Bragg, Shannon Airfield and Fort AP Hill, VA for the months of March, April and May 2003. This support will provide augmentation to air support provided to the command by military aircraft. 17(vi) 1. The contractor shall provide all personnel, equipment, tools materials, supervision and other items and services necessary to perform the airsupport operations during the months of March, April and May 2003. The contractor shall perform to the standards in this contract. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station (PCS) change in duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. Their absence at any time shall not constitute an excuse for nonperformance under this contract. The Government has the right to restrict the employment under the contract of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 2. The contractor shall ensure that employees have the following current and valid professional certifications before starting work. Pilot Qualifications- Minimum qualifications of pilots -- Both Pilot in Command and Second-in-Command will maintain at a minimum the qualification requirements of Federal Aviation Administration (FAA) Federal Aviation Regulation. 3. OPERATIONS - Mission/Flight requirements vary. There are 21 identified missions for an estimated 127 hours to support SWC: 1 each Support Battalion Jump ? A daytime personnel drop (60 people) from 1500 feet on St Mere Eglise DZ. This training will be conducted from approximatly 1300 to 1700, on 5 March. 1 each Combat Equipped Personnel Drop (400 people) ? 2 Aircraft - A daytime personnel drop and possibly Halo Drops on MAAF ? Luzon DZ. . This training will be conducted from 1000 ? 1600 on 13 March. 1 each tactical/proficiency airborne operation onto Sicily DZ (50 people). This training will be conducted from 1900 ? 2100 on 18 March. 1 each SOCM/SFMS Proficiency Jump (175 people), static line parachute drop onto St Mere Eglise DZ and one HALO lift of 10 personnel. No combat equipment. This training will be conducted from 1215 ? 1700 on 19 March. 1 each Airborne Operation onto St Mere Eglise DZ (54 people), 50 drops at 1500 ft using multiple passes and a HALO pass of 4 people at 12,500 feet. This training will be conducted from 1300 ? 1700 on 3 April. 1 each static line parachute operation onto Luzon DZ (60 people), multiple lifts of static line followed by one HALO pass. This training will be conducted from 0830 ? 1200 on 9 April. 1 each administrative non-tactical static line and HALO jump onto Sicily DZ for 90 static line and 10 HALO personnel. This training will be conducted from 0800 ? 1200 on 2 May. 1 each tactical/proficiency airborne operation onto Sicily DZ (50 people). This training will be conducted from 1900 ? 2100 on 7 May. 1 each static line parachute operation onto Luzon DZ (60 people), multiple lifts of static line followed by one HALO pass. This training will be conducted from 0830 ? 1200 on 14 May. 1 each SR FTX INFIL ABN Operation ? Night static line combat equipment paradrop departing from Shannon Airfield, VA dropping onto Bowling Green DZ, Fort A.P. Hill, VA conducting (4) four lifts of fifteen Pax on each lift. This training is scheduled to be conducted from 1800 ? 2300 on 22 May. 1 each Cadre Train-up Air Operations Practical Exercise for 40 people, Day Time Bundle Drops (6), LZ?s, personnel drops and possibly HALO Drops. This training is scheduled to be conducted from 0900 ? 1500 on 2 April. 1 each Cadre Train-up Air Operations Practical Exercise for 40 people, Night Time Bundle Drops (6), LZ?s, personnel drops and possibly HALO Drops. This training is scheduled to be conducted from 1800 ? 2400 on 2 April. 2 each Air Operations Practical Exercise for 200 people, Day Time Bundle Drops (21), LZ?s, personnel drops and possibly HALO Drops on both Luzon and Oran DZs. This training is scheduled to be conducted from 0900 ? 1700 on 15 April and 16 April. 2 each Air Operations Practical Exercise for 200 people, Night Time Bundle Drops (21), LZ?s, personnel drops on Luzon. This training is scheduled to be conducted from 2000 ? 0200 on 15 - 16 April and 16 ? 17 April. 1 each UW PE INFIL, a night tactical static line Airborne, Combat Equipped Personnel Infiltration (rucksacks, weapons and door bundles) of 252 people utilizing 2 Aircraft, the jumps will be onto Rhine Luzon and Oran DZs. This training is scheduled to be conducted from 1800 ? 0300 on 24 ? 25 April. 2 each RS Resupply ? A night resupply operation. A/C will be utilized for 7 Night Bundle drops for resupply at various locations. LZ operations and personnel Airborne Drops may also be conducted. This training is scheduled to be conducted from 1800 ? 2400 on 8 May and 9 May. 2 each Night LZs. A/C will be utilized for multiple night LZs around Candor Area (Star Airport). Resupply Bundle and personnel drops may also be conducted. This training is scheduled to be conducted from 1900 ? 2300 on 12 May. Additional flights may be required during the month. Dates and Times of all missions will be coordinated with the identified Point of Contact. 4. The Government will provide NO property/fuel. The contractor shall furnish everything required to perform this performance work statement. 5. DEFINITIONS - Government Flight Representative (GFR). A Government person that provides oversight and ensures contractor compliance with applicable provisions, contractor flights, designated procedures, and flight crewmember adherence to set standards. The GFR will be located at Fort Bragg, NC. The officer in aviation service (including operational and non-operational aviation positions) or Government civilian in aviation service to whom the approving authority has delegated responsibility for approval of contractor flights, procedures, flight crewmember/personnel and ensuring contractor compliance with applicable provisions of the GFR Operating Procedures Manual. COMBAT EQUIPPED JUMPER. An aircraft passenger rigged with a main parachute, reserve parachute, weapon, and ALICE pack (back-pack) to parachute from an aircraft. The planning weight for a combat equipped jumper is as follows: Weight of average jumper = 180 lbs., Weight of parachute with reserve = 40 lbs., Weight of ALICE pack and weapon = 80 lbs. Total Average Planning Weight per Combat Equipped Jumper = 300 lbs. PARADROP EQUIPMENT BUNDLE. These bundles are composed of equipment packed into a canvas container. The maximum container dimensions are 30"x 66"x 48". The bundle is dropped using a static line deployed parachute. Bundles are rigged in such a manner that when placed on the balance point of the jump platform, the parachute is on the top of the bundle or on the side of the bundle facing the center of the aircraft, based on the largest dimension. The maximum weight of the bundle is 500 lbs. 6. Aircraft - The Contractor shall comply with DOD Directive 4500.53. Parachuting and/or Airborne Operations- Parachuting and/or Airborne operation will be conducted IAW FAR 105f USASOC Reg. 350-2, Training Airborne operations and FM 57-220 Static Line Parachuting Techniques and Training. 7. INSPECTIONS: The Contractor shall make available for inspection prior to any USASOC operations the following: Aircraft- The Contractor shall provide the Government with the type of maintenance program used, airframe and engine logbooks, airworthiness certificate, radio station license, registration, operators handbook, and weight and balance records and a list with the tail number(s) of the aircraft to be used. 8. REQUIRED BRIEFINGS: The contract pilot shall ensure required briefings are conducted as per USASOC reg. 350-2 and FM 57-220 for jump operations. For passenger operations/movement briefing will be conducted as per FAR 91.519. Pilots providing support for Government-owned aircraft shall conduct briefings IAW the GFR Operating Procedures Manual. 9. MISSION NOTICE. The Contractor may be requested to provide support above the currently identified missions. The Government representative, specified on the order, will provide the mission requirements to the Contractor. In no case shall the contractor perform work that is outside the scope of the contract or exceeds the funds available on the order unless specifically authorized by the Contracting Officer. 10. MISSION PROFILES AND DESCRIPTION OF REQUIREMENTS - SPECIFIC TASKS; 10.1. Air Operations Practical Exercise - For this operation, the Contractor shall perform para-drops of equipment bundles and personnel (both day and night), and landing zone operations on field landing strips (both day and night) that have been marked for landing with infrared lights, railroad fuses, beanbag lights, or other expedient marking methods. During the conduct of these operations, the contractor shall utilize aircraft landing light(s). The Contractor shall ensure that the aircraft have the capability to talk with the ground party running the operation via VHF and/or UHF frequencies. The aircraft shall be configured to allow a military static line airborne exit of the aircraft whether through a side door or ramp with a linear anchor line cable that runs the length of the aircraft so as to support 20 combat equipped jumpers. 10.2. Practice Airborne Infiltration Operations. For this operation, the aircraft shall have a minimum of 15 seats installed (side fold-up seats) and with an allowable cabin load capable of transporting 15 combat equipped jumpers with 2 non-combat equipped personnel. There will be between 150-200 total jumpers. The aircraft shall be configured to allow military static line airborne exit of the aircraft whether through a side door or ramp with a linear anchor line cable that runs the length of the aircraft so as to support 20 combat equipped jumpers. This operation is normally conducted during nighttime. Pilots flying this operation shall brief the flight routes to personnel that will be jumping. The Contractor shall ensure that the aircraft shall have the capability to talk with the ground party running the operation via VHF and/or UHF frequencies. 10.3. Robin Sage Airborne Infiltration Operations. For this operation, every effort will be made to utilize military aircraft; however, in the event that military aircraft are not available, the contractor shall provide an aircraft that is capable of supporting the Robin Sage Airborne Infiltration requirements. For this operation, the aircraft shall have a minimum of 15 seats installed (side fold-up seats) and with an allowable cabin load capable of transporting 15 combat equipped jumpers with 2 non-combat equipped personnel. The Contractor shall ensure that the aircraft shall have the capability to talk with the ground party running the operation via VHF and/or UHF frequencies. The aircraft shall be configured to allow military static line airborne exit of the aircraft whether through a side door or ramp. The aircraft shall be able to complete two 1,500' above ground level lifts before having to refuel. This operation is normally conducted during nighttime. The estimated time that is required to complete this operation is six hours. The Contractor pilots that fly this operation shall brief the flight routes to personnel that will be jumping. 10.4. Robin Sage Re-supply Bundle Drop. For this operation, the aircraft shall be required to perform static line para-drops of equipment bundles onto drop zones from an altitude of 500' above ground level. This operation is conducted up to two consecutive nights. Two military personnel will spot the drop zones and push the bundles out of the aircraft. The drop zones will be marked with a standard NATO L. On each of the nights, the aircraft shall be capable of dropping 6 to 10 bundles with 2 lifts. The estimated time that is required to complete this operation for each night is four hours. The bundles will not exceed 400 lbs. Door size shall be 60 inches wide minimum. 10.5. Robin Sage Landing Zone Operations. For this operation, the aircraft shall perform the same landing zone (LZ) as outlined above. The operation will consist of a mixture of LZ operations that will total approximately twelve separate missions. The LZ portion of this mission will require the aircraft to land at various small field landing strips, which will often be during the night. The LZ portion of this operation will also require passenger transport of personnel not to exceed six individuals; therefore, for the LZ portion of this operation, the aircraft will be required to meet FAR Part 135. The aircraft shall also be required to have the capability to talk with the ground party running the operation via VHF and/or UHF frequencies. The estimated time that is required to complete this operation is seven hours. 10.6. Cadre Train up. For this operation, the aircraft shall be required to perform para-drops of equipment bundles and personnel (both static line and HALO) (both day and night), and landing zone operations on field landing strips (both day and night) that have been marked for landing with infrared lights, railroad fuses, beanbag lights, or other expedient marking methods. During the conduct of these operations, the aircraft will utilize aircraft landing light(s). The aircraft shall also be required to have the capability to talk with the ground party running the operation via VHF and/or UHF frequencies. 17(viii). FAR provisions and/or clauses referenced will be furnished in full text upon receipt of written request. Solicitation Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) hereby incorporated by reference. 17(ix). Solicitation Provision FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) is hereby incorporated, the evaluation factors are technical, past performance, and price. 17(x). Contractors are reminded to submit a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Items (Jul 02) with their quote. 17(xi). Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 02) is hereby incorporated by reference. 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 02) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C 206 and 41 U.S.C. 351, et seq). 17(xiii). Additionally, the following clauses are applicable to this solicitation, 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.204-7004, Required Central Contractor Registration. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xv). NA. 17(xvi). Signed and dated quotes referencing the RFQ number USZA92-03-T-0014 must be submitted, no later than 2:00 p.m. 3 March 2003, to Karen Glass at FAX (910) 432-9345. Your proposal must include the information on types and quantities of aircraft you are proposing for each flight operation identified. The Government anticipates a flight hour price schedule, the contractor shall specify the unit of measure used to price the service. The Government reserves the right to make Multiple awards. 17(xvii). Karen Glass is the point of contact regarding this solicitation, (910)432-6145, the alternate point of contact is Jane Sutherlin, (910)432-2146.
 
Record
SN00265981-W 20030228/030226213652 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.