Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
MODIFICATION

U -- Air Advisor Pre-Deployment Program, Huey II Aircrew & Maintenance Training

Notice Date
3/20/2008
 
Notice Type
Modification
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302, UNITED STATES
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-08-R-0009
 
Response Due
3/26/2008
 
Archive Date
4/10/2008
 
Point of Contact
Andrew Feutz, Contracting Officer, Phone 210-652-6487, Fax 210-652-2304
 
E-Mail Address
andrew.feutz@randolph.af.mil
 
Description
***************************************************************** THE PURPOSE OF THIS AMENDMENT IS TO POST QUESTIONS AND ANSWERS IN REGARDS TO THIS SOLICITATION AND TO EXTEND THE SOLICITATION RESPONSE DUE DATE UNTIL 3:00PM CST, 26 MARCH 2008. 1. If B210 (dual hydraulics) cannot be substituted and the only difference between a Huey II and UH-1H/Bell A-1 is the engine, will the government allow the use of UH-1H or is the engine pertinent to this requirement. NO, THE UH-1H IS NOT A SUITABLE SUBSTITUE. 2. The PWS Section 1.3.2 and Attachment 2 do not specify the level of experience of the students for the Maintenance Training. Can you provide this information? STUDENTS WILL BE EXPERIENCED PROFESSIONALS WITH AT LEAST 5 YEARS EXPERIENCE WORKING ON HELICOPTERS. 3. PWS 1.3.1 and Attachment 1 specify aircrew training to be provided for "pilot and flight engineer instructors". We presume that both the pilots and FE's will receive the same academic course per CLIN 0001 or CLIN 0002, as appropriate. Please confirm. YES, ACADEMIC TRAINING IS THE SAME FOR PILOTS AND FLIGHT ENGINEERS IN ACCORDANCE WITH CLINs 0001 AND 0002. 4. Please define what the crew duties of the "flight engineer" are. Is he a co-pilot or something else. The US Army had no flight crew member of a Huey designated other than pilot or co-pilot. For purposes of CLIN's 0003 and 0004 (Flight and Simulator training) what is the specific training requested, if any, for the flight engineers? There is no guidance in Attachment 1 that we can discern. FOR FLIGHT ENGINEER DUTIES, PLEASE SEE THE FOLLOWING: TOLD (TAKEOFF AND LANDING DATA), PREFLIGHT, CHECKLIST MONITORING (PILOTS READ IT THEMSELVES BEING A SINGLE PILOT AIRCRAFT AND ALL), SCANNING AND CALLING THE APPROACHES. IN ADDITION, ANY AIE (ALTERNATIVE INSERTION AND EXTRACTION) WORK WOULD BE DONE BY THE FLIGHT ENGINEER IN THE BACK OF THE AIRCRAFT (HOIST, FAST ROPE, ETC). FOR CLINs 0003 AND 0004, FLIGHT ENGINEER TRAINING CAN BE CONDUCTED BY GOVERNMENT/MILITARY INSTRUCTORS, AS REQUIRED. GOVERNMENT/MILITARY INSTRUCTORS WILL BE PROVIDED ON AN AS NEEDED BASIS. FLIGHT ENGINEERS WILL NOT REQUIRE CONTRACTOR AIRCRAFT/FLIGHT TRAINING FROM CLINS 0003 AND 0004. THEY WILL ONLY REQUIRE GROUND TRAINING. 5. The notional schedule for training per Amendment 0001 includes an initial class of 1 pilot and 2 flight engineers. For this class, (or others where there may be a larger number of FE's than pilots, what would be purchased under CLIN''s 0003 or 0004 for this class, if it was tasked with those type students? See also in relation to questions 1 and 2. FOR CLINs 0003 AND 0004, TRAINING WOULD BE PURCHASED ON A PER PILOT BASIS ONLY. FOR THE FIRST CLASS, WE WOULD ONLY PURCHASE ONE UNIT OF TRAINING FROM CLIN 0003 OR CLIN 0004. WE DO NOT BELIEVE THERE WOULD BE AN ADDITIONAL CHARGE FOR THE FLIGHT ENGINEERS AS THEY WILL NOT REQUIRE AIRCREW/FLIGHT TRAINING FROM THE SUCCESSFUL OFFEROR AS STATED IN THE ANSWER TO THE QUESTION ABOVE. 6. 1) Is a UH1H model acceptable as a training aircraft for the tasks below; Could you answer each line item individually? a) Basic Instrument and Day VFR Flying, b) Instrument procedures, c) remote/unprepared surface operations, d) Night/Instrument flight rules (IFR) operations. NO, WE REQUIRE ALL FLIGHT TRAINING TO BE IN A HUEY II OR 205++ AIRCRAFT. 7. In the tasks section, page 4 of 6, it states that the contractor will provide accountability for the students. Can you define what kind of accountability the government expects from the contractor? AS PROVIDED IN PARA 1.3.6 OF THE PWS, ?THE CONTRACTOR SHALL PROVIDE THE QAE AND AETC/A3RE WITH A REPORT OF ANY STUDENT ABSENCE BY APPROXIMATELY 1200 CST OF THE NEXT TRAINING DAY FOLLOWING THE ABSENCE.? 8. Does the Government prefer to do this training CONUS, or OCONUS? THE PWS ALLOWS FOR PROPOSALS FOR TRAINING IN OR OUTSIDE OF THE US. 9. If OCONUS, what region/country would the government like the training conducted in? THE PWS ALLOWS FOR PROPOSALS FOR TRAINING IN OR OUTSIDE OF THE US. 10. If OCONUS, will the government provide country clearances, visas, and local airspace orientation flights? THE GOVERNMENT WILL PROVIDE CLEARANCES/VISAS. LOCAL AIRSPACE ORIENTATION SHOULD BE INCLUDED AS PART OF THE FLYING TRAINING SYLLABUS PROVIDED BY THE CONTRACTOR. 11. If OCONUS, can the government state the number of hours being flown by military and civilian personnel for area orientation, so that may be included in the total fixed price for flight hours. LOCAL AIRSPACE ORIENTATION SHOULD BE INCLUDED AS PART OF THE FLYING TRAINING SYLLABUS PROVIDED BY THE CONTRACTOR. 12. If CONUS, our two primary training areas are El Paso Texas, and the Mojave Desert, Ca. Would either of those locations be acceptable to the government? THE PWS ALLOWS FOR PROPOSALS FOR TRAINING IN OR OUTSIDE OF THE US. 13. Does QAE stand for Quality Assurance Evaluator, if not what does it stand for? YES. QAE STANDS FOR QUALITY ASSURANCE EVALUATOR. 14. Is the HQ AETC approved HUEY II syllabus available on-line? THERE IS NO AETC APPROVED HUEY II SYLLABUS ? THE PWS (1.2.2) STATES THE CONTRACTOR IS RESPONSIBLE FOR BUILDING THE SYLLABUS IAW THE PWS AND FORWARDING IT TO HQ AETC FOR APPROVAL. ***************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. FA3002-08-R-0009 is issued as a Request for Proposal (RFP). The solicitation document exceeds allowable character count for the Federal Business Opportunity Website. The information below is a summary of the solicitation. To receive the solicitation in order to provide a proposal, contact 2dLt Antony J. Barrios at (210) 652-2122 or e-mail at antony.barrios@randolph.af.mil. SCHEDULE CONTRACT LINE ITEM NUMBER (CLIN): 0001; SUPPLIES/SERVICES: Track 1 - Ground Training; UNIT: Each; ESTIMATED QUANTITY: 24; UNIT PRICE: _______________; ESTIMATED AMOUNT: _______________ CLIN TYPE: FFP DESCRIPTION: Provide ground training for USAF Helicopter Qualified Personnel in accordance with Section 1.3.1.1 "Track 1" and Paragraphs 1-3 of Attachment 1 (Section A1) of the Performance Work Statement (PWS), Dated 20 February 2008. The offeror shall provide a Firm-Fixed Price per student. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 0002; SUPPLIES/SERVICES: Track 2 - Ground Training; UNIT: Each; ESTIMATED QUANTITY: 4; UNIT PRICE: _______________; ESTIMATED AMOUNT: _______________ CLIN TYPE: FFP DESCRIPTION: Provide ground training for USAF Helicopter Personnel who are Unqualified or previously qualified in accordance with Section 1.3.1.2 "Track 2" and Paragraphs 1-3 of Attachment 1 (Section A2) of the Performance Work Statement (PWS), Dated 20 February 2008. The offeror shall provide a Firm-Fixed Price per student. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 0003; SUPPLIES/SERVICES: Track 1 ? Aircraft/Flight Training; UNIT: Each; ESTIMATED QUANTITY: 12; UNIT PRICE: _______________; ESTIMATED AMOUNT: _______________ CLIN TYPE: FFP DESCRIPTION: Provide flight training for USAF Helicopter Qualified Personnel in accordance with Section 1.3.1.1 "Track 1" and Paragraphs 4-7 of Attachment 1 (Section A1) of with the Performance Work Statement (PWS), Dated 20 February 2008. The offeror shall provide a Firm-Fixed Price per student. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 0004; SUPPLIES/SERVICES: Track 2 ? Aircraft/Flight Training; UNIT: Each; ESTIMATED QUANTITY: 4; UNIT PRICE: _______________; ESTIMATED AMOUNT: _______________ CLIN TYPE: FFP DESCRIPTION: Provide flight training for USAF Helicopter personnel who are Unqualified or previously qualified in accordance with Section 1.3.1.2 "Track 2" and Paragraphs 4-6 of Attachment 1 (Section A2) of the Performance Work Statement (PWS), Dated 20 February 2008. The offeror shall provide a Firm-Fixed Price per student. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 0005; SUPPLIES/SERVICES: Maintenance Training; UNIT: Each; ESTIMATED QUANTITY: 12; UNIT PRICE: _______________; ESTIMATED AMOUNT: _______________ CLIN TYPE: FFP DESCRIPTION: Provide maintenance training in accordance with Section 1.3.2 and Attachment 2 of the Performance Work Statement (PWS), Dated 20 February 2008. The offeror shall provide a Firm-Fixed Price per student. FOB: Destination SIGNAL CODE: A CONTRACT LINE ITEM NUMBER (CLIN): 0006; SUPPLIES/SERVICES: Flight Hours; UNIT: Each; ESTIMATED QUANTITY: 24; UNIT PRICE: _______________; ESTIMATED AMOUNT: _______________ CLIN TYPE: FFP DESCRIPTION: Provide 19th AF, Huey II Instructor Pilot/evaluator crewmembers flight hours periodically to maintain currency and proficiency in accordance with the Performance Work Statement (PWS), Date 20 February 2008. The offeror shall provide a Firm-Fixed Price per Flying Hour. FOB: Destination SIGNAL CODE: A Background: U.S. Government (USG) personnel are required to fly and maintain Huey II aircraft in support of Air Advisor support tasking. USG training venues do not have existing capacity to support the additional requirement of five (5) Huey II helicopter pilots, three (3) Huey II helicopter flight engineers, and four (4) helicopter maintenance Air Advisors annually. A contract is required to meet the additional Air Force (AF) requirements of 12 Huey II helicopter Air Advisor crewmembers and maintainers. For the purposes of this contract, the ?Bell 205++? aircraft is used synonymously with ?Huey II.? Objective: Acquire contractor support for Huey II helicopter aircrew (pilot and flight engineer) and maintenance training. Huey II ground and flying training instruction and course training materials shall be in English, in accordance with this Performance Work Statement (PWS), Attachment 1, and Attachment 2. Scope of Work: Huey II Aircrew Training. The Contractor shall provide all services necessary to qualify USAF helicopter instructor pilots to perform Pilot in Command (PIC) duties and USAF instructor flight engineers to perform Flight Engineer duties in the Huey II aircraft in one of two tracks (see Attachment 1, Sections A1 and A2). Pilot and flight engineer training for ?Track 1? (Attachment 1, Section A1) is designed for pilot and flight engineer instructors who are qualified in a USAF helicopter and who do not require instrument and mission qualifications. Track 1 consists of approximately 24 hours of academics, two (2) hours of Cockpit Procedures Training (CPT), and two (2) hours of End of Course (EOC) Exam, minimum four (4) hours of simulator (or aircraft) training, and a minimum of eight (8) hours of flight training including a qualification flight evaluation. This track shall include familiarization flight training in remote/unprepared surface operations and night/instrument flight rules (IFR) operations. Track 1 provides basic, day VFR qualification in the Huey II. ?Track 2? (Attachment 1, Section A2) is designed for pilots and flight engineers who have been previously qualified as USAF helicopter instructors but who are presently unqualified, or for USAF helicopter instructors who require instrument and mission qualifications. Track 2 consists of approximately 48 hours of academics, four (4) hours of Cockpit Procedures Training (CPT), and two (2) hours of End of Course (EOC) Exam, minimum four (4) hours of simulator (or aircraft) training, and twenty (20) flight hours shall be dedicated to more in-depth basic aircraft systems, instrument procedures, remote/unprepared surfaces procedures, and low-level formation procedures. Upon completion of Track 2, crewmembers shall be basic, instrument, and day VFR mission qualified. The contractor shall develop the training syllabi (USAF Huey II Aircrew - Special Preparation Courses). A graduation certificate for the USAF Pilots and Flight Engineers shall be issued only when they complete the Aeronautical Knowledge and Flight Training Portions and achieve a grade of 85% or higher on the End Of Course (EOC) Exam. EOC Exam will be approved by 19 AF/A3. EOC academic and flight evaluations shall be conducted in accordance with Air Advisor Aviation Training OI dated 1 Nov 07, sections 2.1.3 through 2.10.2.15. For Track 1 (Attachment 1, Section A1), the contractor shall conduct training in accordance with Table 2.3, column B for qualification training. For Track 2 (Attachment 1, Section A2) the contractor shall conduct training in accordance with column C, Table 2.3 for instrument training, and Attachment 1, Section A2 for low level formation (mission) training. The contractor shall nominate civilian instructor pilots and flight engineers for Flight Examiner (FE) duty to augment military FEs. Nominations shall be forwarded to HQ AETC/CONS. The 19 AF/A3 shall designate, in writing, all FEs, military and civilian, who are appointed/authorized to conduct EOC flight evaluations. USAF FE?s may conduct EOC flight evaluations as required. The contractor shall notify the Quality Assurance Evaluator (QAE) in the event student fails to meet required standards or fails a flight evaluation. Approximate training time for Huey II Pilot/Flight Engineer training shall be approximately 12 training days / two (2) calendar weeks for Track 1 (Attachment 1, Section A1), and 24 training days / four (4) calendar weeks for Track 2 (Attachment 1, Section A2). The contractor?s shall not exceed a maximum of 8 hours classroom time daily. Contractors may suggest alternative training solutions or training venues based off of their technical approach. It shall be the offeror?s responsibility to include all direct and indirect costs in their proposal when submitted. It shall be the offeror?s responsibility to define their approach in accordance with the workload estimates listed in the PWS. Currency Training. Previously qualified Huey II USAF crewmembers may need to fly periodically to maintain currency and proficiency. Huey II Maintenance Training. The contractor shall provide all services necessary to prepare USAF maintenance personnel for field maintenance, launch, and recovery duties on the Huey II aircraft. Theoretical training shall consist of a minimum of 120 hours. Approximately 50 percent of the maintenance training shall be practical hands-on training. Students shall receive instruction on items listed in Attachment 2, Section B. Following course completion, technicians shall demonstrate an understanding of aircraft flight theory and systems? operations and perform basic maintenance functions and shall receive a graduation certificate. Maintenance personnel shall be able to pass the End Of Course (EOC) Exam, approved by AETC/A3TM, with a grade of 85% or higher. Approximate training time for Huey II Maintainer training shall be 15 training days / three (3) calendar weeks. The contractor?s shall not exceed a maximum of 8 hours classroom time daily. Contractors may suggest alternative training solutions or training venues based off of their technical approach. It shall be the offeror?s responsibility to include all direct and indirect costs in their proposal when submitted. It shall be the offeror?s responsibility to define their approach in accordance with the workload estimates listed in the PWS. Tasks. Training provided at the contractor?s facility: The contractor shall provide instruction, equipment and classroom materials necessary to train deploying AF Huey II Aircrew and Maintenance personnel; including but not limited to the following: - Provide course schedule to meet training requirements - Identify and schedule suitable facility for each course offering - Provide accountability for student attendees - Coordinate/schedule reception teams for each course offering - Meet programmed graduation dates - Flight manuals, checklists, technical manuals, training aids, and instruction shall be in English - Ensure all translated materials are technically accurate - The contractor shall provide adaptors for aircrew and maintenance personnel helmet or headset communication cords to ensure compatibility with the aircraft being flown or serviced. Current helmet specifications shall be provided by HQ AETC/A3RE. - The contractor shall advise HQ AETC/A3RE of any special equipment requirements. - The contractor shall provide Personal Protective Equipment (i.e., goggles, hearing protection, gloves, and coveralls) shall be provided for each student?s use (see para 3.7). Students shall report with all other required equipment and clothing required to accomplish training. For courses taught outside the contiguous United States (OCONUS), contractor shall arrange for daily ground transportation to/from lodging location to training site through US Embassy approved sources. The contractor shall make arrangements for students to have access to breakfast, lunch and dinner facilities. The contractor shall coordinate reservations for students at US Embassy approved hotel facilities. The contractor shall not be required to pay for any student hotel or transportation costs. Schedule: The contractor shall maintain a schedule of all training requirements/events. Contractor shall coordinate schedule and schedule changes/deviations with HQ AETC/A3RE and HQ AETC/CONS. Program Efficiency: The contractor shall work in close coordination with the QAE to ensure aircrew and maintenance personnel are trained in accordance with the HQ AETC approved Huey II syllabus. Any suggestions for improvement and/or changes to courseware shall be coordinated between the contractor and the QAE. Any contractor or student recommendations for course modifications shall be directed to the QAE. Courseware: The contractor shall be responsible for providing the student electronic copies of English language course training materials, including flight and maintenance manuals, flight and maintenance checklists, technical manuals, training aids, work cards, and examinations. Additionally, the contractor shall provide the students printed copies of required English language manuals, checklists and courseware, which shall be retained by the student upon the completion of training. Checklist: The contractor?s Huey II aircraft and mission specific (instrument, remote, tactical, etc) checklists shall be approved for use by 19AF/A3. Course Reports: Course completion reports shall be provided to HQ AETC/A3RE NLT seven (7) days after each class completion. The report shall include problem areas noted, course impact, remedy to issues noted, and student completion rates. The contractor shall provide the QAE and AETC/A3RE with a report of any student absence by approximately 1200 CST of the next training day following the absence. One electronic copy of each required document shall be provided in a compatible Microsoft Office format. (i.e., Word, Excel, Power Point). INFORMATION REGARDING SUBMISSION OF PROPOSAL: Proposal must be submitted NO LATER THAN 3:00PM CST, on MONDAY 24 MARCH 2008. Proposals may be submitted electronically as an e-mail attachment. Whether submitted via electronic media, hand carried, US Mail or other courier service, proposals must be received at 2021 First Street West, Randolph AFB, Texas 78150-4302. The e-mail, sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Submit e-mail offers to antony.barrios@randolph.af.mil and a courtesy copy to andrew.feutz@randolph.af.mil. Past Performance References shall be provided NO LATER THAN 3:00PM CST 18 MARCH 2008. Offerors are cautioned that Randolph AFB, TX has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Difficulties/problems with Internet Service Providers (ISP) and/or network failures will not necessitate justification for late submissions. Lat proposals will be processed in accordance with FAR 52.212-1(f) Late Submission, Modifications, Revisions, and Withdrawals of Offers. The provision at 52.212-1, Instructions to Offerors ?Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Addenda are included in the solicitation document. The provision at 52.212-2, Evaluation ? Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantages to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) PAST PERFORMANCE, (2) TECHNICAL ACCEPTABILITY, PRICE. When combined, past performance and technical acceptability are approximately equal to price. Addenda including the basis for contract award are included in the solicitation document. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items, applies to this acquisition. Additional clauses applicable to this acquisition are cited in the solicitation document. Numbered Notes 1 and 12 apply. To receive the complete solicitation document in order to provide a proposal for this acquisition, contact 2dLt Antony J. Barrios at (210) 652-2122 or e-mail at antony.barrios@randolph.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-08-R-0009/listing.html)
 
Record
SN01538200-F 20080322/080321001049 (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.