Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOURCES SOUGHT

F -- Aerial Helicopter Support

Notice Date
12/13/2006
 
Notice Type
Sources Sought
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
ACA, Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W45NQ96321N203
 
Response Due
1/9/2007
 
Archive Date
3/10/2007
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is issued for information and planning purposes only. The Government is soliciting information to determine the availability of capable contractors that can perform the following requirement. The Contractor shall provide all personnel, management, supervision, labor, tools, equipment, equipment replacement, repair parts, petroleum, oils, lubricants, fuel, foam, transportation and any other items and services not government furnished necessary to provide Aerial Helicopter S upport function as defined in this work statement to Natural Resources Management Branch, DPW, Fort Hood. Flight missions include wildland fire fighting, fire assessment, fire prevention, endangered species management, endangered species habitat management , oak wilt management, land management, outlease management, wildlife surveys, wildlife management, aerial photography, vegetation surveys, wildlife invasive species survey and control, environmental overflights, pilot training, conservation law enforcemen t, force protection, emergency response, terrestrial inspection, and surveillance of the training lands and ranges on Fort Hood, Texas. The Aerial Helicopter Support function shall be provided any day of the week during all daylight hours, including legal public holidays. The Contractor will be given a minimum of twenty four (24) hour notice for each flight except in emergencies. Flights will be scheduled for any day of the week, including Saturday and Sunday, to include evening flights. During emergency s tand-by periods, the Contractor shall be available to provide support within two (2) hours to as little as twenty (20) minutes notice. During these periods, the Contractor shall be available to provide support fourteen (14) hours per day. The Government wi ll provide a minimum of forty eight (48) hours notice prior to the start of these emergency stand-by periods. The Contractor shall provide a Project Manager who shall be available during normal duty hours to conduct overall management coordination and fur nish liaison with the Government. The Project Manager shall be the point of contact with the Government and shall have the authority to act or make decisions for the Contractor on all matters pertaining to this contract. The Project Manager shall have a c ommercial helicopter certificate with a minimum of four thousand (4,000) hours of helicopter flight time, shall be a full time helicopter pilot, and shall be a former military helicopter pilot. The Project Manager shall have a current instrument rating and shall be rated to fly various types of helicopters in support of this contract. The Project Manager shall be the central point of contact with the Government for performance of all work under this contract. The Project Manager shall be responsible for ove rall management and coordination on matters pertaining to this contract. The Project Manager shall be required to maintain current altitude requirements through III Corps Flight Standards Branch. The Project Manager shall be able to speak, read, and write the English language. The Chief Pilot will have an FAA certified commercial helicopter certificate with a minimum of four thousand (4,000) hours of helicopter flight time. The Chief Pilot shall have a current instrument rating and shall be a Certified Fli ght Instructor or U.S. Army Qualified Instructor Pilot. The Chief Pilot shall be a full time helicopter pilot and shall be a former military helicopter pilot with recent (within the past twelve months) flying experience on Fort Hood. The Chief Pilot shall be rated for turbine powered helicopters as well as those powered by reciprocating engines. The Chief Pilot shall be responsible for any training necessary to insure Alternate Pilots and Co-Pilots maintain knowledge of flight procedures set forth by the I II Corps Flight Standard Branch. The Chief Pilot, Alternate Pilots, and Co-Pilots shall be currently rated to fly various types of helicopters. The Chief Pilot , Alternate Pilots, and Co-Pilots shall be familiar with Fort Hood (FH) Regulation 95-1, III Corps and Fort Hood Local Flying Rules, FH Regulation 95-50, Air Traffic and Airspace Operations Governing Fort Hoods Special Use Airspace, Army Regulation (AR) 9 5-1, Army Aviation Flight Regulations, and AR 95-2, Air Traffic Control, Airspace, Airfields, Flight Activities, and Navigation Aids. The Chief Pilot, Alternate Pilots, and Co-Pilots shall be familiar with locations of all artillery firing points, all flig ht corridors, the Corps Air Route Structure, all numbered Training Areas, and numbered Live Fire Areas. This requirement is the sole responsibility of the Pilot In Command, not the Government employee. This is a mandatory safety requirement and exceptions will not be considered. The Chief Pilot, Alternate Pilots, and Co-Pilots shall be able to interpret Automated Range Information Broadcasts when given this information from Hood Radio (Flight Following) to safely avoid those firing points that may be in a  Hot Status. This information may change hourly and shall be the responsibility of the Pilot In Command to interpret this information, not the Government employee. Alternate Pilots and Co-Pilots shall meet any other requirements set by the Chief Pilot. Th e Contractor shall provide a five (5) place turbine powered helicopter and two seven (7) place turbine powered helicopters to support wildland fire fighting, fire assessment, fire prevention, endangered species management, endangered species habitat manage ment, oak wilt management, land management, outlease management, wildlife surveys, wildlife management, aerial photography, vegetation surveys, wildlife invasive species survey and control, environmental overflights, pilot training, conservation law enforc ement, force protection, emergency response, terrestrial inspection, and surveillance of the training lands and ranges on Fort Hood, Texas. When requested by the Government, the Contractor shall provide a spotter aircraft for wildland fires. Government pe rsonnel will decide those areas to be flown. The Pilot In Command shall decide if the weather conditions and aircraft are safe for the proposed flight. The Contractor will be given a minimum of twenty four (24) hour notice for each flight to allow scheduli ng of airspace, except in emergencies when notice time could be shorter. The Contractor shall maintain radio contact with appropriate Fort Hood agencies in accordance with FH Regulation 95-1. For missions inside the Live Fire Area, the Contractor shall ma intain constant communication with Range Control. The Contractor shall fly a minimum of one (1) hour for each mission. However, weather conditions and other unforeseen circumstances may reduce flight time. The Contractor shall land at the Natural Resourc es Complex for passenger pick-up and drop off. However, when more advantageous to the Government, the Government employee will meet the Pilot In Command at Hood Army Airfield, Building 7016 (Base Opps) for departure. Flights shall be terminated by the Pi lot In Command at any time when he/she judges weather conditions, or mechanical conditions are unsafe. Government personnel will terminate flights when weather conditions adversely affect the purpose of the mission. The Contractor shall be required to fly at various altitudes and airspeeds. Prior to entry into the Corp Air Route Structure, the Pilot In Command shall contact and receive clearance from Hood Flight Following. Prior to entry into the Live Fire Area, the Pilot In Command shall contact and rec eive clearance from Range Control. For safety purposes, the Contractor shall be required to refuel at the Skylark Airfield or the Temple Airport. The Contractor shall brief the Government employee and all other passengers on safety and emergency procedur es of the aircraft prior to lift off. The Contractor shall provide two turbine powered helicopters capable of carrying a minimum of seven (7) personnel to cond uct aerial fire suppression using an aircraft mounted tank capable of holding a minimum of three hundred (300) gallons of water or water/foam mixtures (commonly called LA tank). The Contractor shall be familiar with locations of water sources to reduce t ransit time. The Government will provide ground personnel to support the Contractor with radio communication during water drops. Water drops will be made only during daylight hours. When requested by the Contractor, the Government will provide a spotter t o assist the Pilot In Command in identifying areas of priority during water drops. The Government will decide when to terminate the mission. The Pilot In Command shall terminate the mission when he/she determines that the weather conditions or mechanical conditions are no longer safe to continue. Prior to entry into the Corp Air Route Structure, the Pilot In Command shall contact and receive clearance from Hood Flight Following. Prior to entry into the Live Fire Area, the Pilot In Command shall contact and receive clearance from Range Control. During emergency stand-by operation periods, the Contractor shall be available to provide support up to fourteen (14) hours per day. This fourteen-hour period coincides with summer daylight hours. The two types o f stand-by response times are as follows: 1) Two (2) hour response. Unless already conducting flight operations, the Contractor shall be able to launch within two (2) hours of notification. For billing purposes, each hour of two (2) hour response wil l count as one half (0.5) hour of Crew Availability. 2) Twenty (20) minute response. The Contractor shall be prepared to launch the aircraft within twenty (20) minutes of notification. The Contractor shall position the aircraft and pilots on Fort Hood at Hood Army Airfield. For billing purposes, each hour of twenty (20) minute response will count as one (1) hour of Crew Availability. During emergency stand-by operation periods, the Government will request the hours during the day that the Contractor is to be on stand-by. The Government may request to have two (2) hour response, twenty (20) minute response, or a combination of two (2) hour response and twenty (20) minute response during the day. The Government will decide to have one (1) or two (2) helicopt ers on stand-by. When two (2) aircraft are placed on standby, each aircraft requires expenditure of Crew Availability as outlined above. The Government reserves the right to review airworthiness of any aircraft used for this contract. Review will be by re cords inspection or by aircraft inspection. Fort Hood is the Armys premier training, mobilization, and force deployment installation consisting of 340 square miles (217,339 acres) located midway between Waco and Austin, Texas, just west of Killeen, Texas . No final commitment has been made to procure the stated requirement and this sources sought notice should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. The North American Industry Classification S ystem (NAICS) code applicable to this requirement is 481219. The period of performance will be for a base period, 1 May 2007 through 30 April 2008, with four one-year options. Interested parties may submit a Statement of Capability for satisfying this re quirement to the contact person (s) listed below. This announcement is not a request for competitive proposals. All responsible sources shall respond by submitting a written narrative Statement of Capability including detailed technical information and o ther technical informational literature demonstrating the ability to meet the above requirements. Include business size in relation to the NAICS code of 481219 in your Statement of Capability. The responses must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. No telephone requests will be honored. Contractors must be registered in the Central Contractor Re gistration (CCR), accessed via the Internet at http://www.ccr.gov. All information provided will become property of the U. S. Army and will not be returned. Responses are requested by 27 December 2006 and should include a point of contact, phone number, fax number and email address. Interested parties capable of performing this requirement should send emails to Mark Ramey at mark.ramey@us.army.mil, Ollen (Chip) Burnette at ollen.burnette@us.army.mil, and Leeann Burke at leeann.burke@us.army.mil.
 
Place of Performance
Address: ACA, Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
Country: US
 
Record
SN01195850-W 20061215/061213220840 (fbodaily.com)
 
Source
FedBizOpps 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.