|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1997 PSA#1908Commander, USAINSCOM SPT Bn (PROV), Attn: IASB-DCO, 8825 Beulah Street,
Fort Belvoir, VA 22060-5246 U -- AIRCRAFT PILOT TRAINING SOL DASC01-97-R-0016 DUE 082697 POC Alice
Kenny, Contract Specialist (703)706-2778 or Zenaida Castro
(703)706-2763 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. Solicitation number
DASC01-97-R-0016 applies, and is issued as a Request for Proposal
(RFP). This solicitation incorporates provisions and clauses in effect
through Federal Acquisition Circular 90-46. The US Army Intelligence
and Security Command require initial and refresher training of U.S.
Army Aviators in a Government leased or furnished DeHavilland DHC7
aircraft. The period of performance for this contract is 1 October 1997
to 30 September 1998, plus four option years. STATEMENT OF WORK (SOW).
1 SCOPE. This SOW covers U.S. Army Intelligence and Security Command
(INSCOM) Airborne Reconnaissance LOW (ARL) pilot training requirement
support. This support encompasses aviation training for the acquisition
of airborne reconnaissance LOW (ARL) pilot training of U.S. Army
Aviators. It also includes the maintenance of a government leased or
furnished DHC7 aircraft. The training is required in a two-phased DHC7
aircraft initial training program. The students will receive
instruction in the man-machine interface criteria effecting ARL system
performance. 2. APPLICABLE DOCUMENTS. The following documents are
applicable to this SOW. 1 Federal Aviation Regulation. Federal Aviation
Regulation Part 21 Certification Procedures for Products and Parts,
Federal Aviation Regulation, Part 25 Airworthiness Standards, Transport
Category Airframe, Federal Aviation Regulation, Part 91,General
Operating and Flight Rules, Federal Aviation Regulation Part 125,
Certification and Operations: Airplanes Having a Seating Capacity of
Twenty or more Passengers or a Maximum Payload Capacity of 6,000 lb. or
More, and Federal Aviation Regulation, Part 145, Repair Stations. 2.2
Military Documents. 2.2.1 Army Regulation (AR). AR 95-1 Army Aviation:
Flight Regulations, AR 95-3 Aviation: General Provision, Training,
Standards, and Resource Management, and AR 95-20 Contractor Flight
Operations. . 2.2.2 Training Circular (TC). TC 1-210, Aircrew Training
Program Commanders Guide to Individual and Crew Standardization. 2.2.3
Field Manual (FM) 21-6 How to Prepare and Conduct Military Training.
2.2.4 Other Manuals. HQ INSCOM O-5A, EO-5B and the RC-7B Aircrew
Training Manual (ATM), DHC7, O-5A, EO-5B and the RC-7B Operator's
Flight Manuals. 3. REQUIREMENTS. 3.1 Training. The Government will
furnish a DHC7 to facilitate ARL flight training. The contractor will
operate the aircraft in a public category certification classification
and under the provision of AR 95-20, vol. 1, Contractor's Flight
Operations. The contractor shall teach a DHC7 initial Aviator Flight
Training Course (Phase I), an Aviator Training Course for ARL
Differences (Phase II), and an Aviator Refresher Course. The contractor
shall provide refresher training to qualified Government pilots. The
ARL Refresher Training Course shall include eight (8) hours offlight
instruction in a DHC7 aircraft . All training shall be conducted at the
contractor's facility. The courses shall address all the training
requirements stated in the Headquarters INSCOM O-5A, EO-5B and the ATM
and clearly define actions to be taken to ensure full aircraft
operations. The contractor shall furnish all equipment facilities,
classroom and consumable course materials. 3.2 The contractor
instructor pilots must be authorized to certify trainee qualifications
in the DHC7 aircraft. Presentation of Course Material. The contractor
shall provide area for students to complete a government furnished
Computer Based Training Program based on several aircraft systems. The
Computer Based Training Program and courses shall be conducted in an
area free of interference from other classes or activities. 3.3 Program
of Instruction (POI). The contractor shall prepare POI for phase two of
the required training, and submit it to the Government for approval.
The Government will provide a POI for phase one and refresher training.
3.4 Audio and Visual Aids. The contractor shall prepare, provide and
use all available training aids and equipment that might enhance the
training course. All training aids to include, wall charts, overhead
projector transparencies, 35mm slides, videotapes, and films, shall be
master reproducible copies so that clean copies can be made. All aids
and materials developed or specifically procured or manufactured for
use in all training courses shall become U.S. Government property. 3.5
Measurement of Student Achievement Test. The contractor shall
continually evaluate the students' progress toward meeting the
standards stated in the Headquarters INSCOM O-5A, EO-5B and the RC-7B
ATM by using progress tests and post-tests. All written tests shall be
constructed using four-part multiple choice questions, except for
aircraft limitations and emergency procedures that Aviators are
required to memorize. These tests shall be fill in the blank type
format. Time used to conduct and critique written and hands-on test
shall not exceed 20 percent of total course length. This time shall be
in addition to the course instruction length. As a minimum, students
shall be given a program test of not less than one (1) hour duration
after each twenty (20) hours or less of instruction. 3.6 Student
Requirements. Students will be scheduled and controlled by the
Government. The contractor is not required to provide or be responsible
for lodging assistance, transportation, or control of non-class time of
student personnel attending the course(s). The contractor may recommend
to the Government the withdrawal of any student(s) who, in the
contractor's judgment, can not be trained to RC-7B ATM standards to
include medical disqualification or grounding, professional misconduct
or performance. The Government may evaluate such student(s)
performance, knowledge, or skills that are in question verbally or
through a flight evaluation per the ATM. The government will make the
final decision whether a student will continue the course. Once
evaluated the government will have the final say as to if the student
(s) continue the program of instruction. The Government alone shall
make a final determination whether the student(s) is allowed to
complete the POI. 3.7 Flight Training. The contractor shall conduct a
program of flight training to qualify each trainee in the safe
operation of the ARL aircraft per the ATM. Flight training shall
provide a minimum of fifteen (15) hours of flight instruction per
student. The training shall include all objectives for normal and
emergency aircraft operations. Ground school instructor/student ratio
shall not exceed 1 to 6. Flight training instructor/student ratio for
rated Aviators shall not exceed 1 to 2. Ground school and flight
training shall be designed to permit concurrent scheduling on a daily
basis. The contractor may schedule all flight training after completion
of ground school training. 3.8 Conduct of Training Courses. Government
will evaluate and approve the training program to ensure that the
objectives and training requirements are met. The Government or
designated representative(s) may also observe the training courses as
they are being taught and conduct end of course student flight
evaluations. A Government representative will conduct, at a minimum, an
annual flight evaluation of contractor's instructor pilots. 3.9 Student
Load. The maximum number of students for the initial courses will be
34. The contractor shall conduct a total of seventeen (17) initial
courses of two (2) students each, and thirteen (13) refresher courses
of two students each. The contractor shall after a 45 day notice be
able to surge to four (4) students per initial course. The surge will
not increase the total number of initial students above 34, but allows
for essentially combining two classes. The scheduled dates for the
initial courses and refresher are as follows. 3.9.1 INITIAL: 98-I-01;
(Phase I) 03 NOV 97 14 N0V 97, (Phase II) 17 NOV 97 -- 21 NOV 97,
98-I-02; (Phase I) 17 NOV 97- 28 NOV 97 (Phase II) 01 DEC 97 05 DEC 97,
98-I-03; (Phase I) 01 DEC 97 12 DEC 97, (Phase II) 15 DEC 97 -- 19 DEC
97, 98-I-04; (Phase I) 05 JAN 98 16 JAN 98, (Phase II) 19 JAN 98 -- 23
JAN 98, 98-I-05; (Phase I) 02 FEB 98 13 FEB 98, (Phase II) 16 FEB 98 --
20 FEB 98, 98-I-06 (Phase I) 23 FEB 98 6 MAR 98, (Phase II) 09 MAR 98
-- 13 MAR 98, 98-I-07; (Phase I) 16 MAR 98 27 MAR 98, (Phase II) 30 MAR
98 -- 03 APR 98, 98-I-08; (Phase I) 06 APR 98 17 APR 98 (Phase II) 20
APR 98 -- 24 APR 98, 98-I-09; (Phase I) 20 APR 98 01 MAY 98, (Phase II)
04 MAY 98 -- 08 MAY 98, 98-I-10; (Phase I) 11 MAY 98 22 MAY 98, (Phase
II) 25 MAY 98 -- 28 MAY 98, 98-I-11; (Phase I) 25 MAY 98 05 JUN 98,
(Phase II) 08 JUN 98 -- 12 JUN 98, 98-I-12; (Phase I) 15 JUN 98 26 JUN
98, (Phase II) 29 JUN 98 -- 03 JUL 98, 98-I-13; (Phase I) 29 JUN 98
-10 JUL 98, (Phase II) 13 JUL 98 -- 17 JUL 98, 98-I-14; (Phase I) 20
JUL 98 31 JUL 98, (Phase II) 03 AUG 98 -- 07 AUG 98, 98-I-15; (Phase I)
10 AUG 98 21 AUG 98, (Phase II 24 AUG 98 -- 28 AUG 98, 98-I-16; (Phase
I) 31 AUG 98 11 SEP 98, (Phase II) 04 SEP 98 -- 18 SEP 98, 98-I-17;
(Phase I) 14 SEP 98 25 SEP 98, (Phase II) 28 SEP 98 -- 02 OCT 98, 3.9.2
REFRESHER: 98-R-01 20 OCT 97 24 OCT 97, 98-R-02 08 DEC 97 12 DEC 97,
98-R-03 15 DEC 97 19 DEC 97, 98-R-04 26 JAN 98 30 JAN 98, 98-R-05 16
FEB 98 20 FEB 98, 98-R-06 09 MAR 98 13 MAR 98, 98-R-07 30 MAR 98 05 APR
98, 98-R-08 04 MAY 98 08 MAY 98, 98-R-09 08 JUN 98 12 JUN 98, 98-R-10
13 JUL 98 17 JUL 98, 98-R-11 01 AUG 98 05 AUG 98, 98-R-12 24 AUG 98 28
AUG 98, 98-R-13 28 SEP 98 02 OCT 98. 3.10 Aircraft Maintenance. The
contractor shall be responsible for all maintenance of any government
leased or furnished aircraft. The contractor will maintain the aircraft
IAW the manufacture's standards, FAR Part 43, 91 and 145, applicable
technical manuals, Airworthiness Directives, and Service Bulletins. The
contractor will provide component maintenance capability, and perform
those tasks that consist primarily of repair, and/or replacement of
components, modules and assemblies. The contractor will perform
servicing, functional adjustments, and repair or replace the flight
controls, propulsion, power train, fuel systems and airframe. The
contractor will augment its workforce by using Fixed Base Operations
(FBO) personnel as required. The actual maintenance and repair work
performed will consist of component removal, repair and/or replacement,
sheet metal fabrication, hydraulics, engine/power train, in-process and
final inspections, and functional checks. The release maintenance
operational check and the functional check include avionics check,
maintenance operation check, test flight and documentation/report IAW
FAA FAR Parts 91, 43 and 145. At termination, the aircraft will be
returned to a fully certified FAA condition, less normal fair wear and
tear (IAW FAR Part 125). The contractor will accomplish aircraft
recertification at contract termination. The aircraft will be equipped
for DAY/NIGHT, VFR/IFR flight into known icing conditions IAW FAR Part
91. The contractor shallmaintain the aircraft IAW FAR Parts 43, 91 and
145 in order to meet the student training load specified in paragraph
3.9 and 718 total annual flight hours. 3.11 Operations. The contractor
shall support all programmed flying hours required to support the
projected student training requirements described in this SOW. 3.12
Instruction Qualifications. The contractor's instructors shall be
graduates of a U.S. Department of Defense Fixed-Wing Multi-Engine
Instructor Pilot course. Additionally they must possess FAA
certificates for Certified Multi-Engine Flight Instructor and Certified
Flight Instrument Instructor. Within 180 days of contract award,
contractor's instructor pilots shall be Aircrew Coordination Training
certified. The contractor's instructors/instructor pilots, shall have
a professional understanding of principles of learning and teaching
methods and be able to demonstrate their ability to apply these
principles and methods in FM 21-6. 3.13 Government Visits. Government
personnel or its designated representatives may visit contractor
facilities to inspect, monitor, or evaluate the contractor's
performance in developing and conducting training programs at
reasonable times and without notice. The following provisions and
clauses are applicable to this acquisition: FAR 52.212-1. Instructions
Offerors-Commercial Items: FAR 52.212-3 Offeror Representations and
Certifications commercial items: FAR 52.212-4 Contract Terms and
Conditions -- Commercial Items: FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items, including paragraph b, subparagraphs, (1) 52.203-6
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 U.S.C.253g and 10 U.S.C.2402), (2) 52.203-10 Price or Fee
Adjustment for Illegal or Improper Activity (41 U.S.C.423), (3)
52.219-8 Utilization of Small Business Concerns and Small Disadvantaged
Business Concerns (15 U.S.C.637(d)(2) and (3)), (5) 52.219-14
Limitation on Subcontracting (15 U.S.C.637(a)(14)), (6) 52.222-26 Equal
Opportunity (E.O. 11246), (7) 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C.4212), (8) 52.222-36
Affirmative Action for Handicapped Workers (29 U.S.C.793), (9)
52.222-37 Employment Reports on Special Disabled Veterans of the
Vietnam Era (38 U.S.C.4212), in addition, FAR 52.217-5 Evaluation of
Options, and 52.217-9 Option to Extend the Term of the Contract. The
Government may extend the term of this contract by written notice to
the Contractor within 30 days of contract expiration; provided, that
the Government shall give the Contractor a preliminary written notice
of its intent to extend at least 60 days before the contract expires.
The preliminary notice does not commit the Government to an extension.
If the Government exercises this option, the extended contract shall
be considered to include this option provision. The total duration of
this contract, including the exercise of any options under this clause,
shall not exceed 5 years. DFARS 252.212-7001 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items The following
clauses are applicable, (b) 252.219-7003 Small Business and Small
Disadvantaged Business Subcontracting Plan (DOD contracts)(15
U.S.C.637), 252.219-7005 Incentive for Subcontracting with Small
Businesses, Small Disadvantaged Businesses, Historically Black Colleges
and Universities and Minority Institutions and 252.219-7006 notice of
Evaluation Preference for Small Disadvantaged Business Concerns. In
addition DFARS 252.228-7002 Aircraft Flight Risk is applicable. An
award will be made to the responsible offeror whose offer meets the
requirements of this solicitation at the lowest price. Offerors should
furnish literature that demonstrates that their offer meets or exceeds
the requirements of the solicitation. Price will be based on the
overall cost, including each option. If a proposal submitted in
response to this solicitation is favorably considered, a Government
survey team may contact the offeror to determine the offeror's ability
to perform all requirements listed in the solicitation by applying the
standards set forth in FAR 9.104. For information, call Ms. Alice Kenny
at (703) 706-2778. Offers shall be sealed and the outer cover shall be
annotated: RESPONSE TO RFP NO. DASC01-97-R-0016. Offers shall be
received at COMMANDER, INSCOM SPT BN (PROV), ATTN IASB DC-O (Ms.
KENNY), 8825 BEULAH STREET, FT. BELVOIR, VA 22060-5246, not later than
12:00 PM, local time, August 26, 1997. See Numbered Note 1. (0221) Loren Data Corp. http://www.ld.com (SYN# 0093 19970813\U-0002.SOL)
U - Education and Training Services Index Page
|
|