Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

V -- C-123 and C-130 Aircraft Support for the balance of fiscal year 2003 with ordering periods through 30 September 2006

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DABK4103T1516
 
Response Due
7/7/2003
 
Archive Date
9/5/2003
 
Point of Contact
Becci Winkler, 928-328-6163
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(Becci.Winkler@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Commercial Acquisition The United States Army Yuma Proving Ground (YPG), AZ has a requirement for C-123 and C-130 Aircraft Support for the balance of fiscal year 2003 with ordering periods through 30 September 2006. Please note that the Contractor proximi ty of response time must be 2-3 hours from YPG. The Aviation and Airdrop Systems Division, YPG, manages the Army??????s test and evaluation programs for all aspects of air delivery systems. The systems include personnel and cargo parachute systems, aerial delivery platforms and associated hardware, delivery techniques, and certification of equipment for airdrop. The division defines the test requirements, develops detailed test plans, executes the test program, and reviews and reports on the results. This work is done in partnership with the Natick Soldier Center, Program Manager for Soldier Support, and other government and commercial activities. Air Force aircraft are typically used for our test mission and are obtained through the Joint Airborne/Air Tran sport Training (JA/ATT) program. YPG has experienced recent difficulties in obtaining aircraft support through this process and is establishing contract support to provide ??????back-up?????? flight capability to the JA/ATT program. 2. Requirements. a. Saf ety: All test operations are conducted within established Standing Operating Procedures (SOPs) and/or field manuals for various systems. The safety of range personnel and equipment is encompassed in these procedures. The safety aspects of delivering aird rop payloads from the aircraft are coordinated with the Air Force agencies responsible for airworthiness of these aircraft. A Proposed Test Plan (PTP) is developed and staffed through the Air Force and reviewed by Natick to ensure the safe deployment from the Air Force aircraft. The flight scenarios (e.g. airspeed, heading, deck angle) will be outlined in the PTP. The contractor is to review the PTP, or equivalent, and provide required modifications for safe aircraft deployment. For contract airlift, the airworthiness of the proposed operation is at the discretion of the contractor operating the aircraft. A PTP (or equivalent) will be provided to the contractor for review/approval. The contractor retains liability for the aircraft throughout operations inc luding deployment of the test item. The contractor assumes no liability for the test item itself. YPG retains all liability for personnel and equipment on the ground. A joint (contractor/government) inspection will be performed of all test payloads and air craft loading operations. The government personnel will function solely as advisors to the contractor. YPG will provide an on-board safety monitor for all flight operations. The contractor must comply with the YPG Standing Operating Procedure (YP-MTRO-P-10 00), Range Operations, and all airfield operations policies and procedures. b. Mission Briefings: The contractor flight crew and aircraft loading/maintenance personnel, will attend pre- and post-flight mission briefings. These briefings will provide the de tailed mission scenario required for each flight activity. YPG test directors will conduct the briefing. The contractor shall review the information presented and provide an assessment of the readiness of the aircraft and safety of the aircraft operations . c. Aircraft Loading Operations: The contractor shall provide suitably trained personnel for aircraft loading operations. d. Flight Test Operations: The aircrew, as directed by the YPG test director, shall execute the mission profile and maintain communi cations as required in the mission brief. The aircraft personnel will record in-flight test observations for discussion at the post-flight mission briefing. Predominantly, testing will be conducted within YPG??????s restricted airspace (typically R-2306A/ B/C/D/E). However, periodic flights may be required within other restricted areas or in commercial airspace. The flight crew maintains the responsibility for c omplying with all Federal Aviation Regulations. e. Aircraft Refueling: The aircrew will contact Laguna Army Airfield (LAAF) operations to request fuel. YPG personnel will perform the refueling operation. The contractor shall provide oversight of this ope ration as required to ensure safety of the aircraft. 3. Scope of Effort: Each test flight is typically scheduled for a two-hour duration with pre-mission briefings and loading operations commencing approximately 2-hours prior to the scheduled mission time. Post-flight debriefings are typically conducted 1-hour after the scheduled drop time. Up to three sorties per day may be conducted. The contractor should provide the crew-rest requirements and YPG will schedule the missions within those requirements. App roximately 10-15 flight hours per week are envisioned during a scheduled mission week for 2-3 test weeks per month. The contractor shall provide the aircraft (including POL), all support personnel, and all support equipment required for these operations. Non-standard equipment can be provided by YPG with proper coordination. C-123 Aircraft Requirements. The aircraft will be a C-123, CASA 212 or 235, Shorts Skyvan or Sherpa, DHC-3 Twin Otter, DHC-5 Buffalo, or equivalent type with the following attributes : (1) Operable UHF and VHF radios (preferably two of each) (2) Operable flight deck and cargo compartment, (3) Oxygen systems with the capability of supporting a supplemental oxygen system, (4) Ability to operate at altitudes up to 15,000 feet MSL, (5) Abi lity to deploy: a. Personnel and parachutes (static-line or free-fall) from either the troop door(s) or ramp and door (if available). B. Door bundles up to maximum weight of 500 lbs. and maximum dimensions of 48 inch x 30 inch x 66 inch (if ramp and door a re available). (1) Serviceable static line retriever winch(s). (2) Serviceable paratroop anchor cables. (3) Fittings to install up to a full set of intermediate roller conveyors. (4) Serviceable paratroop jump platforms. (5) Serviceable paratroop jump ligh ts. (6) Serviceable cargo compartment tie down rings. (7) NOTE: The applicable aircraft specific operating manual. (8) It is desirable that the aircraft have the ability to deploy A-22 containers (or equivalent) up to a maximum weight of 2328 lbs. each. It is also desirable that the aircraft have the ability to deploy gravity-deployed loads that provide a floor loading of at least 35 psf. Aircraft Requirements. The aircraft will be a C-130 or equivalent type with the following attributes: (1) Operable U HF and VHF radios (preferably two of each). (2) Operable flight deck and cargo compartment oxygen systems with the capability of supporting a supplemental oxygen system. (4) Ability to operate at altitudes up to 25,000 feet mean sea level. (1) Ability to d eploy: a. Personnel and parachutes (static-line or free-fall) from either the troop door(s) or ramp and door. b. Door bundles up to maximum weight of 500 lbs. And maximum dimensions of 48 inch x 30 inch x 66 inch. (2) A-22 containers (or equivalent) up to maximum weight of 2328 lbs each a. Gravity deployed loads that provide a floor loading of at least 35 psf. (3) Ability to accept and deploy 463L pallets. (4) Operable rear cargo ramp and door. (5) Serviceable static line retriever winch(s). (6) Serviceable paratroop anchor cables and center anchor cable supports (A-frame assembly). (5) Fittings to install up to a full set of intermediate roller conveyors.(6) Serviceable paratroop jump platforms. (7) Serviceable paratroop jump lights. (8) Serviceable cargo c ompartment tie down rings. (9) It is desirable that the aircraft have the ability to drop Type V platforms, 8 to 32 feet in length and weighing up to 25,000 lbs or more. IAW SAF TO 1C-130A-9. 3. Scope of Effort: (1) Each test flight is typically scheduled for a two-hour duration with pre-mission briefings and loading operations commencing approximately 2-hours prior to the scheduled mission time. Post-flight deb riefings are typically conducted 1-hour after the scheduled drop time. Up to three sorties per day may be conducted. The contractor should provide the crew-rest requirements and YPG will schedule the missions within those requirements. Approximately 10-15 flight hours per week are envisioned during a scheduled mission week for 2-3 test weeks per month. The contractor shall provide the aircraft (including POL), all support personnel, and all support equipment required for these operations. Non-standard eq uipment can be provided by YPG with proper coordination. 4. Aircraft operator will hold appropriate Federal Aviation Administration certification and operate in accordance with Department of Defense Directive 5400.53 throughout the life of the contract. Mo st flights will take place on YPG test ranges, but some other YPG sister sites are possible. Applicable FAR clauses and provisions applicable to the resultant award(s) will be standard commercial item in accordance with FAR Part 12 clauses. These services supplies are considered commercial in nature and award will be based on acquisition of commercial items under FAR Part 12, and a 100% small business set-aside under SIC code 45822/NAICS 481212 (Contractors with less than 500 employees). You may download a copy of the solicitation which will include the full specification and all requirements from our website at http://www.yuma.army.mil/contracting/rfp.html. If you have any questions, facsimile Becci Winkler at (928) 328-6849 or e-mail Becci.Winkler@yuma.arm y.mil and please include your mailing address, point of contact, phone number, facsimile number, e-mail address and business size in your questions.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00344726-W 20030613/030611213534 (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.