COMMERCE BUSINESS DAILY ISSUE OF APRIL 17, 2001 PSA #2831
SOLICITATIONS
J -- PARACHUTE SERVICES
- Notice Date
- April 13, 2001
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- Reference-Number-F73RED03040400
- Response Due
- April 20, 2001
- Point of Contact
- John O'Dell, Contract Specialist, Phone 7026529577, Fax 7026525405, Email john.odell@nellis.af.mil -- Marcelle Glover, Contract Specialist, Phone 702-652-5355, Fax 702-652-5405, Email marcelle.glover@nellis.af.mil
- E-Mail Address
- John O'Dell (john.odell@nellis.af.mil)
- Description
- Statement of Work The contractor shall provide all labor, tools, equipment, materials and facilities required to perform the following services in Boulder City, Nevada and Lake Elsinore, California: 1. Provide FAA certified master or senior rigger(s) to perform inspection, repacking, maintenance and repair of government owned non-standard/dissimilar main and reserve parachute assemblies and tandem parachute assemblies, including harnesses, containers and AADs. 2. Provide service and repair as required for camera helmets and related equipment. 3. Provide parachute services (static line and freefall jumps) from FAA qualified aircraft between 1000_ AGL and 18,000_ AGL (day and night), utilizing a surveyed or contracted drop zone and designated airspace. a. Provide Twin Otter aircraft for up to twenty (20) jumpers, more than one pass may be required. b. Provide Cessna 182 (or similar) aircraft for three (3) jumpers, more than one pass may be required. c. Provide Cessna 206 (or similar) aircraft for five (5) jumpers, more than one pass may be required. All aircraft must be available weekly and mission ready with 48 hours notice. 4. Provide a drop zone accessible to the contractor_s facility. The drop zone should be free of hazards to parachutists, IAW AFI 11-410 and 11-411. The drop zone should be available weekly and mission ready within 48 hours notice. 5. All work shall be performed in accordance with USPA specifications, manufacturers specifications and standard commercial practices. The 414 CTS/CSAR will be provide the following: 1. Forty-eight (48) hours advance notice for scheduling of jump operations to ensure availability of aircraft, drop zone, facilities and pilots. 2. Transportation between Nellis AFB and the drop zone using Government owned vehicles. 3. Emergency vehicle, driver, and access to Emergency Medical Services. 4. Radios for ground to air communication. 5. Parachutes and jump related equipment. 6. Photographic support (as required) Instructions for submitting quote. Please provide a fee listing that includes (but is not limited to) the following: 1. Cost to inspect and repack Reserve parachute 2. Cost to inspect and repack Main parachute 3. Hourly labor rate for related services (i.e. repair camera helmets and equipment). 4. Per load rate for Twin Otter aircraft (up to 20 jumpers) 5. Per hour rate for Cessna 182 and Cessna 206 (or similar), with 3 and 5 jumpers, respectively. 6. Applicable Facility Fees The fee listing must include a statement indicating how long the price will be in effect and shall be signed by a person who is authorized to obligate the company.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=Reference-Number-F73RED03040400&L=885)
- Record
- Loren Data Corp. 20010417/JSOL015.HTM (D-103 SN50J2F8)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on April 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|