Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
SOURCES SOUGHT

V -- Navy VIP Rotary Wing Airlift at Norfolk NAS VA

Notice Date
5/2/2005
 
Notice Type
Sources Sought
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, HQ AMC/A34Y Contract Airlift, 402 Scott Drive Unit 3A1, Scott AFB, IL, 62225-5302
 
ZIP Code
62225-5302
 
Solicitation Number
FA4428-05-R-0016
 
Response Due
5/13/2005
 
Description
MEMORANDUM FOR ALL PROSPECTIVE OFFERORS FROM: HQ AMC/A34YAS 402 Scott Drive Unit 3A1 Scott AFB IL 62225-5302 SUBJECT: Draft Performance Work Statement (PWS) for Rotary Wing Air Transportation Services at Norfolk NAS, VA 1. Attached is a draft PWS for rotary wing air transportation services for VIP passengers and baggage for two dedicated aircraft at Norfolk NAS, VA. This is the second attempt to award a contract for the Navy. The requirements have been changed to reflect a 10-12 seat aircraft and a 6-8 seat aircraft. 2. Please review the attached PWS and provide your comments or suggestions to email: jere.gainey@scott.af.mil. JERE A. GAINEY Contracting Officer Attachment PWS PERFORMANCE WORK STATEMENT FOR VIP ROTARY WING AIR TRANSPORTATION AT NORFOLK NAS, VA May 05 1. DESCRIPTION OF SERVICES 1.1. Except as otherwise stated in this contract, the contractor shall provide all personnel, equipment tools, materials, supervision and other items and services necessary to perform helicopter support to and from airfields within a 350 mile radius of Hampton Roads, VA for executive transportation as defined in this contract. The aircraft will be dedicated aircraft based at Norfolk, VA at Chambers Field, Naval Base Norfolk. Aircraft must meet the requirements as set forth in FAR Part 135 for helicopter commercial air passenger transportation. 1.2. All aircraft must be licensed, operate and maintained in accordance with all applicable rules and regulations of the FAA and DOT, giving particular attention to the responsibility of the air carrier to perform air transportation with the highest degree of safety. The aircraft performing missions under this contract shall not be considered public aircraft. The offeror/contractor shall have a current FAA authorization certificate to operate over routes and into the airfields specified under both IFR and VFR conditions and rules. IFR capability authorization is not required for operations into airfields which do not have published IFRT approach procedures. The contractor must satisfy DOD quality and safety requirements as described in 32 CFR Part 861. 1.3. In accordance with 32 CFR Part 861.3, this contract requires that actual weight be used for each mission when transporting passengers and cargo. Actual weight is defined as interrogated or scaled weight when transporting passengers. Contractor personnel must brief all passengers on safety procedures prior to take-off. The contractor shall supervise the loading of cargo and baggage and shall secure cargo and baggage to ensure proper weight and balance. A crewmember must be present during loading of cargo. 2. SPECIFIC TASKS 2.1. The contractor shall provide rotary wing executive transportation services for 10-12 passengers with a seating arrangement to accommodate four (4) VIPs, and six to eight (6-8) executives, and a helicopter for 6-8 passengers with a seating arrangement to accommodate four (4) VIPs and two (2) to four (4) executives, and not more than 25 pounds of baggage per passenger for each aircraft. Such services shall be supplied Monday through Friday, 24 hours a day, with a 24-hour prior notice to fly on the weekend and holidays as required by Commander Fleet Forces Command (CFFC). It is anticipated the flight will carry military VIPS and government personnel as directed by the Contracting Officer?s Representative (COR). See Paragraphs 2.2.3 and 2.2.4 below. 2.2. The contractor will provide the COR with the name and telephone number of an agent who will serve as the liaison between the contractor and the flight scheduler. The agent must have authority to dispatch aircraft, adjust schedules, engage substitute aircraft and make decisions pertinent to the airlift service in the name of the contractor. An agent must be available by telephone 24 hours per day, 7 days a week. 2.3. Shipboard Landings. Helicopter service may be periodically required to fly aboard large deck amphibious ships and aircraft carriers located off the coast of Maryland, Virginia and North Carolina. The government will bear the cost of providing the appropriate NAVAIR certifications for the contractor?s helicopter to land aboard US Navy ships. Passenger transfers will take place during daylight hours only (sunrise to sunset). Initial deck landing qualifications and periodic currency flights will be conducted under the flight hours of this contract. 2.4. Operating Hours. 2.4.1. Scheduled flights will be Monday, Wednesday and Friday, with the exception of Government holidays. Example of the flight schedule: Morning departure at 0645 from Norfolk with arrival in Washington D.C. to drop-off and pick up passengers with an immediate return to Norfolk; afternoon departure at 1530 from Norfolk and return to Washington D.C. to pickup morning travelers and return to Norfolk. Services shall be available 24 hours per day, seven days per week, 365 days per year, with 85% of services required between 6:00 A.M. and 5:00 P.M. Monday through Friday. 2.4.2. Services may be required on Tuesdays and Thursdays for senior SES and Flag Officer transport and will be scheduled by the COR. 2.4.3. Weekend and holiday services will be scheduled 24 hours prior to commencement of event. 2.4.4. The contractor will ensure an aircraft is available to perform an unscheduled mission within 4 hours notice. 2.5. Priority Flights. Priority flights by VIP and Flag personnel will take precedence over the scheduled flight days. 2.6. Destinations. Flights will originate in front of the VIP Terminal North Side Chambers Field or at the CFFC Helo pad. Flights shall be conducted to the following sites, but are not limited to such: Pentagon helo pad (VFR only) Andrews Air Force Base Bolling Air Force Base JTASC in Suffolk *Little Creek/Dam Neck Amphibious Base Oceana Naval Air Station *Newport News Shipbuilding *U.S. Naval Academy Marine Corps Base Quantico Fort McNair Fort Meyer Applied Physics Lab Anacostia Fort Belvoir Marine Corps Base Cherry Point and New River *Unprepared surface 2.7. The contractor shall be responsible for obtaining landing permits/licenses for Air Force bases, Navy and Marine Corps air station, and Army installations from central authorities for each military service. See PWS paragraph 4.8. 2.8. At each departure location, the contractor shall ensure an accurate passenger manifest is left with appropriate airfield authorities, i.e., VIP Escort Officer, military air operations or civilian FBO personnel. The passenger manifest will be prepared by the COR or Program Manager (PM) and will be sent to the contractor via the internet. 2.9. Special Requirements 2.9.1. Aircraft shall be capable of operating with JP-5 fuel and conducting pressure refueling. The Government shall provide JP-5 aviation fuel at no cost to the contractor. 2.9.2 The aircraft shall be capable of providing electrical power without external power: (1) able to ground restart without external electrical power source (2) maintain ambient lighting without the rotors engaged during loading/unloading. 2.9.3. Aircraft shall be capable of being fully secured (tied down) while on the homeport flight line to ensure the safety of the aircraft, personnel and other property. 2.9.4. Aircraft shall have a means to determine flight time (i.e., Hobbs meter or equivalent system). 2.9.5. The four VIP aircraft seats in the aircraft will have capability to control lighting from each seat location, and provide a lap table for each occupant to conduct work. 2.9.6. The contractor shall provide a means for providing hot and cold drinks. 2.9.7. The aircraft shall provide a minimum two electrical 110vac supply outlets with two plug receptacles located in vicinity of VIP seats to enable the operation of laptop computers without specialized equipment. 2.9.8. Aircraft shall have a Global Positioning System (GPS). This system shall be specifically designed for aircraft installation with an approved fixed aircraft antenna and capable of flying GPS instrument approaches in addition to providing up-to-date location information for the duration of flight. 2.9.9. A non loud -speaker communication system between cabin occupants and pilots shall be integrated into the aircraft as part of the intercommunication system (ICS). 2.9.10. A Radar Altimeter (RADALT) with associated audio and visual alarms for height over ground is required along with an Enhanced Ground Proximity Warning System (EGPWS), Terminal Collision Avoidance System (TCAS) and weather radar capability. 2.9.11. One Underwater Acoustic Beacon (pinger) is required. 2.9.12. An emergency egress plan in accordance with Federal Aviation Agency standards. 2.9.13. SATCOM capability is required. The SATCOM will have the capability to handle a STU III encryption device provided by the Navy. 2.9.14. Helicopter shall be capable of safely taking off and landing at thirty-four (34) degrees Centigrade outside ambient temperature at sea level. 2.9.15. The contractor shall be required to conduct day and night flight operations under Visual Meteorological Conditions (VMC) or Instrument Meteorological Conditions (IMC). The aircraft shall be capable of operating alone or in conjunction with other commercial, public, or military aircraft. 2.9.16. Aircraft shall be capable of Instrument Flight Rules (IFR) to include flight time to a divert field.
 
Place of Performance
Address: Within 350 mile radius of Norfolk NAS VA
Country: USA
 
Record
SN00799182-W 20050504/050502211943 (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  © 1994-2020, Loren Data Corp.