Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
MODIFICATION

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

Notice Date
3/26/2008
 
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
3/28/2008
 
Archive Date
4/12/2008
 
Point of Contact
Andrew Feutz, Contracting Officer, Phone 210-652-6487, Fax 210-652-2304, - Antony Barrios, Contracting Specialist, Phone 210-652-2122, Fax 210-652-2304
 
E-Mail Address
andrew.feutz@randolph.af.mil, antony.barrios@randolph.af.mil
 
Description
***************************************************************** THE PURPOSE OF THIS AMENDMENT IS TO POST THE REMAINING QUESTION AND ANSWER IN REGARDS TO THIS SOLICITATION. AS A REMINDER, PLEASE NOTE THAT THE SOLICITATION RESPONSE DUE DATE WAS EXTENDED UNTIL 3:00PM CST, 28 MARCH 2008. ALSO, PLEASE NOTE THAT PAST PERFORMANCE REFERENCE LISTS WERE DUE ON 18 MARCH 2008. IF YOU INTEND TO PROPOSE ON THIS REQUIREMENT, PLEASE SUBMIT YOUR REFERENCE LIST IMMEDIATELY. HUEY II RFP Questions and Answers, 26 MARCH 2008: 1. In your amendments to Solicitation FA3002-08-R-0009 Air Advisor Pre-Deployment Program Huey II Aircrew & Maintenance Training you stated that a Bell 210 can not be used because it has dual hydraulics. A Bell 210 is a FAA certified Huey II, the only difference being that the Huey II has a second generator attached to the transmission, whereas the 210 has a second hydraulic pump, as does the Bell 205++. So to state the Bell 210 can?t be used because of its dual hydraulics, contradicts why the Bell 205++ can be used since it also has dual hydraulics. I?d like clarification on WHY the Bell 210 can?t be used for this contract? AFTER FURTHER CONSIDERATION, THE BELL 210 CAN BE PROPOSED TO MEET THE HUEY II REQUIREMENT AS OUTLINED IN THE RFP. THE ANSWER TO QUESTION 2 IN AMENDMENT 01 IS HEREBY RESCINDED. ***************************************************************** 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 (26-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
SN01542780-F 20080328/080326230746 (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.