MODIFICATION
V -- Airlift Services - Amendment 1
- Notice Date
- 12/19/2016
- Notice Type
- Modification/Amendment
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA4877-17-Q-0083
- Archive Date
- 1/5/2017
- Point of Contact
- Amy Richardson, Phone: 5202285484
- E-Mail Address
-
amy.richardson.3@us.af.mil
(amy.richardson.3@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Updated PWS *******Please note drop zone vicinity has increased to 450 miles***** Performance Work Statement for Military Freefall and Static Line Parachute Airlift Support Services 1.0. Description of Services. The contractor shall furnish all labor, parts, tools, materials, equipment, facilities, transportation, personnel, management, and supervision necessary to perform military freefall and static line parachute airlift support services in support of the 68th Rescue Flight. 1.1. Scope. The contractor shall provide the use of civilian/military aircraft capable of supporting parachute operations in/around Davis-Monthan AFB AZ, during the time frame of 05 Jan - 24 Aug 2017, which have been designated as training days and are outlined below. The locations below depict staging locations, where training will start each day. 05 January 17: Marana Airfield, AZ SL/HALO/Landing Zone 3 Hours 24 January 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 25 January 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 26 January 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 28 February 17: Marana Airfield, AZ SL/HALO/Landing Zone 4 Hours 02 March 17: Marana Airfield, AZ SL/HALO/Landing Zone 4 Hours 03 March 17: Marana Airfield, AZ SL/HALO/Landing Zone 4 Hours 06 March 17: Marana Airfield, AZ SL/HALO/Landing Zone 4 Hours 20 March 17: Davis-Monthan, AZ SL/HALO/Landing Zone 4 Hours 21 March 17: Davis-Monthan, AZ SL/HALO/Landing Zone 4 Hours 22 March 17: Davis-Monthan, AZ SL/HALO/Landing Zone 4 Hours 24 March 17: Davis-Monthan, AZ SL/HALO/Landing Zone 2 Hours 25 March 17: Davis-Monthan, AZ SL/HALO/Landing Zone 2 Hours 26 March 17: Davis-Monthan, AZ SL/HALO/Landing Zone 2 Hours 24 May 17: Marana Airfield, AZ SL/HALO/Landing Zone 3 Hours 13 June 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 14 June 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 15 June 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 18 July 17: Marana Airfield, AZ SL/HALO/Landing Zone 4 Hours 20 July 17: Marana Airfield, AZ SL/HALO/Landing Zone 4 Hours 21 July 17: Marana Airfield, AZ SL/HALO/Landing Zone 4 Hours 24 July 17: Marana Airfield, AZ SL/HALO/Landing Zone 4 Hours 07 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 4 Hours 08 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 4 Hours 09 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 4 Hours 11 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 2 Hours 12 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 2 Hours 13 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 2 Hours 22 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 23 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 24 August 17: Davis-Monthan, AZ SL/HALO/Landing Zone 5 Hours 1.1.1. Basic Services. Provide one (1) each C-23B Sherpa or equal/greater capacity aircraft and aircrew for Military Free Fall (MFF) High Altitude Low Opening (HALO), High Altitude High Opening (HAHO), and Static Line (SL) Proficiency Training in/around DM AFB, AZ and other military surveyed drop zones within a four hundred fifty (450) mile vicinity of DM AFB, AZ. The vendor shall be US Air Mobility Command (AMC) approved (inspected) to include aircrew certifications and licenses. During 20 - 22 March 2017 and 7 - 9 August 2017, operational requirements will require aircraft/crew to ground loiter at Coolidge Airport (P08) two to four hours per day, this loiter time will not count against training flight hours. 1.1.1.1. Flight Time. An estimated one hundred nineteen (119) training flight hours will be required and an additional thirteen (13) hours of aircraft transitional or repositioning hours will be allotted. Period of Performance is from 05 Jan - 24 August 2017. Hours per day is depicted above. In accordance with (IAW) the training objectives, the contractor shall provide flight time of 0.5 hours minimum each sortie. 1.1.2. Qualifications. The contractor shall have the qualifications to provide the following: a. The aircrew shall be knowledgeable in current military static line and freefall parachuting tactics and procedures relating to aircrew and jumpmaster interface/coordination IAW AFI 11-410, Personnel Parachute Operations and ATP 3-18.11, Special Forces Military Freefall Operations. b. The contractor shall be Department of Defense (DoD) approved commercial operators to include aircraft certifications and licenses. 1.1.2.1. Pilot. The pilot shall meet the following qualifications: a. 100 hours experience performing airdrop operations b. U.S. CPL c. Multi-Rating Pilot License & Docs Required 1.1.2.2. Aircrew Qualifications. The contractor shall provide qualified aircrew to perform all contract requirements. The aircrew operating the aircraft must be licensed to fly that type of aircraft in the surrounding areas to include Arizona, Utah, Colorado, California, New Mexico and Nevada. All aircrew personnel shall be United States citizens with citizenship verifiable by provision of birth record or passport. Aircrew shall have oxygen systems (portable or permanent). The Aircraft must have valid certification to fly in United States and will be used for free fall or static line use. 1.1.3. Aircraft Requirements. The type of aircraft shall possess the following features/specifications: a. The vendor shall be US Air Mobility Command (AMC) approved (inspected) to include aircrew certifications and licenses. b. Side mounted troop seats/side-facing seats (military style canvas/nylon seats with extended length seats) for sixteen (16) parachutists per lift Maintenance provided on site for facility owned aircraft. c. At a minimum, standard VHF/AM radios are required with UHF radio preferred and, if available, Global Positioning System (GPS) Navigation. d. Parachute jump lights (red/green) must be in cargo compartment for jumpmaster/aircrew coordination. e. Aircraft must have a cargo compartment capable of accommodating sixteen (16) parachutists and portable oxygen console. f. There must be intercom communications between aircrew and jumpmaster. g. The aircraft must be configured for over the ramp static line operations. Aircraft must have static line cable and retrieval system. Static line cables must be permanently installed; temporary installations are not acceptable. Aircraft must be capable of deploying nine (9) Double Bag Static line (DBSL) jumpers in one single pass. h. Aircraft must be configured for day and night HALO/HAHO operations. i. Aircraft must be capable of air drop operations up to 17,500 feet via ramp. j. The aircraft ramp must have a non-skid surface. k. Aircraft must have side door suitable for spotting. Side door must be capable of opening and closing during flight. l. Aircraft must have ramp and door for jumper's exits. m. Aircrew shall have an oxygen system (portable or permanent) 1.1.4. Deliverables. The contractor shall provide the following: a. Clean and serviceable aircraft with qualified aircrew. b. The vendor shall have insurance coverage to include parachute and HALO/HAHO/SL operations per USTRANSCOM DoD certification. c. Contractor will provide Oxygen for pilots. d. Necessary miscellaneous office supplies, as needed to fulfill contract. 1.1.5. Government provided Items, Equipment and Materials. a. The Government will ensure that individual/team equipment and uniforms will be provided as needed. b. The Government will provide a drop zone medic and medical equipment in accordance with Air Force Instruction (AFI) 13-217, Drop Zone and Landing Zone Operations. 2.0. General Information. The cost of the contractor's lodging and per diem shall be included in the firm fixed price. The cost of transporting aircraft (not to exceed 11 flight hours) and aircrew to the performance site shall be included in the firm fixed price. The locations above depicted are staging locations. Operations will begin and end at these staging locations each day. The eleven transition hours are factored to get the contract aircraft from their home airport to the staging location. It is recommended that the aircraft remain at that location through consecutive block times but this is not mandatory. 2.1. Contractor Employee Restrictions. The contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the Contracting Officer as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. 2.1.1. Conflict of Interest. The contractor shall not employ any individual who is an employee of the United States Government if the employment of that individual would create a conflict of interest, nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval of the employment in accordance with DODD 5500-7, Standards of Conduct. In addition, the contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained in AFI 64-106, Air Force Industrial Labor Relations Activities. 2.1.2. Military Personnel. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours, or deployment. Military reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor's ability to perform. Their absence at any time shall not constitute an excuse for non-performance under this contract. 2.2. Reporting Requirements. Contractor personnel shall immediately report to an appropriate Government authority any information or circumstances of which they are aware may pose a threat to the security of Department of Defense personnel, contractor personnel, resources, and classified or unclassified defense information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-17-Q-0083/listing.html)
- Place of Performance
- Address: Davis-Monthan, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN04355377-W 20161221/161219234705-6ed6addbc564067b01ce8d1c05ee39d0 (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 |