MODIFICATION
U -- A/C Services of Twin Propeller for Link-16 Interference and UH to UHF relay Communication
- Notice Date
- 8/31/2015
- Notice Type
- Modification/Amendment
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-15-T-0538
- Archive Date
- 9/18/2015
- Point of Contact
- Helen Choo, Phone: 3017579056, Michael J. Coon, Phone: 301-757-7114
- E-Mail Address
-
helen.choo@navy.mil, michael.coon@navy.mil
(helen.choo@navy.mil, michael.coon@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Q&A, 8/31/2015: Q #1: Ref Q&A #2 -- The services solicited as described in the solicitation, Section C, do not include the "transportation of persons or cargo for hire" which is the FAA's definition of flights governed by FAA FAR Part 135 e.g. charter flights. Flights which do NOT involve the transportation of persons or cargo for hire are governed by FAA FAR Part 91, e.g. Contracted Air Services (CAS) flights. Please clarify that the contract only requires the contractor / operator to fly under FAR Part 91 vice 135 and in compliance with solicitation/contract section C-12 Airworthiness requirements. A #1: The SOW states that Aircrew flight time limitations and instrument proficiency shall be in accordance with appropriate Part 135 sections. I acknowledge that operating a/c that are not used for transportation of persons or cargo for hire can and normally do fall under Part 91. However, The Navy stipulating the more stringent requirements levied under Part 135 for the two items previously mentioned. Q #2. Ref Q&A #5 - Please clarify that the Government allowable / billable flight time will only be from the designated in section C-4.2.3a / C-13 and that the contractor must reposition from his aircraft home base at his own cost. A #2: The Government is asking for vendors to propose a cost to provide the stipulated service as defined in the SOW. If they choose to add the ferry costs into their proposal it will be taken into account. The Government is not looking for a long term IDIQ type contract but a specific price to fly the missions designated in the SOW which is one mission out of Wilmington, NC and one out of Cecil Field, FL. Q #3. Ref Q&A #7 - Although the FAA may not require both a pilot & co-pilot on the types of flights being solicited under the above referenced solicitation, historically the Navy has determined that two pilots meeting the qualifications set forth in section 8, are required for safety purposes of the aircraft being operated under this solicitation as well as the other aircraft contracted and/or military operating in the designated op-areas due to the limited positive radar control. Please clarify whether two pilots are required. A #3: The Government acknowledge that the USN normal standard is two ensure a PIC and SIC to be on board however that does not always apply to CAS a/c. The Navy leverage off the specific OEM standards for operating the a/c they designed and built. In other words, if the OEM says an aircraft they are cognizant on can be operated safely with just 1 pilot in the cockpit then the Government would recognize that authority. Since certain missions require more than just flying the a/c (e.g. operating a GFE piece of equipment) concurrent with flying the a/c additional personnel may be required to safely perform the mission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-T-0538/listing.html)
- Place of Performance
- Address: See Section C of the RFQ, United States
- Record
- SN03864049-W 20150902/150831235754-913c2f4076f6eccd15ee81a4c8e16cbd (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 |