Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2007 FBO #2078
SOLICITATION NOTICE

H -- FA/18 FLIGHT CREW SUPPORT

Notice Date
8/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N688376-07-T-0143
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-07-T-0143applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 541330 and the business size standard is 4.5 MIL. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competitive basis the following line items. This procurement is not set a side for small business FA/18 FLIGHT CREW SUPPORT AS PER ATTACHED SOW. PERFORMANCE WORK STATEMENT FOR FLEET READINESS CENTER SOUTHEAST FLIGHT CREW SUPPORT SERVICES 1.0. INTRODUCTION 1.1. Fleet Readiness Center Southeast (FRCSE) performs Depot Level Maintenance (DLM) of existing aviation end items, systems, and components and manufacturing of items and component parts not otherwise available. This includes modernization, conversion, in-service repair, disassembly, and all other categories of aircraft DLM. The types of aircraft and associated aircraft components requiring DLM include, but are not limited to, the following: EA6B, F/A-18, H-60, P-3, E-2, C-2 and S-3. 1.2. When all work on an aircraft, its engine(s), components, etc. has been completed, the aircraft must undergo a functional check flight (FCF). A FCF determines whether an aircraft airframe, engine or engines, accessories, or equipment is functioning according to established standards while the aircraft operates in its intended environment. The FCF is performed when it is not possible to determine proper operation by a ground check. 1.3. Timely completion of FCFs are critical in order to return the aircraft to the Fleet following DLM. FCFs are typically performed by military personnel, trained and qualified on particular aircraft, stationed at or on temporary additional duty at FRCSE. Government civil service personnel are not trained nor qualified for flight of military aircraft. At times, military personnel are not available to perform FCFs. This results in unacceptable delays in return of the aircraft to the fleet. In order to remedy this problem, the FRCSE requires contractor support to accomplish timely FCFs. Additionally, contractor support may be required to accomplish ferry flights to pick up or deliver aircraft prior to or following DLM. 2.0. SCOPE 2.1. The contractor shall provide flight crew services to augment military personnel in support of DLM for F/A-18 aircraft. 2.2. Services shall include the application of knowledge and expertise in the fields of operations, flight crew services, avionics and weapons systems, subsystems and components, and safety. 2.3. Support shall be provided to the FRCSE Flight Operations Department. 3.0. APPLICABLE DOCUMENTS Unless otherwise specified, the revision level and date for each specification or standard cited herein shall be that available through the Acquisition Streamlining and Standardization Information System (ASSIST) via the Department of Defense Single Stock Point (DODSSP) for control, distribution, and access to Military Specifications, Standards, etc. The ASSIST Help Desk is available at: (215) 697-6257 or via website at http://dodssp.daps.dla.mil/dodssp.htm. 3.1. APPLICABLE INSTRUCTIONS AND NOTICES OPNAVINST 1542.7 Aircrew Coordination Training OPNAVINST 2400.24 Maritime VHF Radio Telephone Services OPNAVINST 2400.25 National Emergency Readiness Plan for Use of Radio Spectrum OPNAVINST 3430.26 Information Instructions for Information Warfare,Command/Control Warfare (W/C2W) OPNAVINST 3710.7 NATOPS General Flight and Operating Instructions OPNAVINST 3750.6 The Naval Aviation Safety Program OPNAVINST 3960.13 Logistic Policy Joint Services Automatic Testing OPNAVINST 3960.15 Validation of NAVAIR Defense Threat Simulators OPNAVINST 3960.16 Navy Test and Monitoring Systems (TAMS) OPNAVINST 5100.23 Navy Occupational Safety and Health Program OPNAVINST 5102.1 Mishap Investigation and Reporting NAVAIRINST 3710.1 Contractor?s Flight and Ground Operations NAVAIRINST 3750.5 Aviation Safety Program NAVAIRNOTE 5215 Numerical Listing of Effective Naval Air Systems Command Instructions 4.0. APPLICABLE SYSTEMS. The contractor shall provide flight crew services in support of DLM for the following aircraft platforms and associated avionics and weapons systems. 4.1. AIRCRAFT PLATFORMS. Present and possible future platforms include any series EA-6B aircraft. 4.1.1. AVIONICS AND WEAPONS SYSTEMS Avionics and weapons systems include the following: Communications and Intercommunication Systems (ICS) Navigational Aids (NAVAIDS) Radar and Identification Friend or Foe (IFF) Systems Tactical Data Processing Systems Compass and Autopilot Systems Flight Systems Electronic Warfare Systems Anti-Submarine Warfare Systems Tactical Jamming Systems Infrared Systems Armament Control Systems Aero-Propulsion Systems Altimeters 5.0. REQUIREMENTS. The contractor shall provide the following flight crew services in support of DLM for F/A-18 aircraft. 5.1. FLIGHT CREW SERVICES 5.1.1. The contractor shall provide the necessary flight crew support within forty-eight (48) hours of verbal notification of the requirement by the FRCSE Flight Operations Department. Support shall consist of a pilot for the F/A-18 aircraft. Support may be required to perform FCFs and conduct ferry flights to pick up or deliver aircraft prior to or following DLM. 5.1.2. The contractor shall provide preflight planning support including, but not limited to, the following: obtaining current, enroute and forecast weather for the flight; completing appropriate flight planning and flying requirements; and outlining crew duties, communications plans, and safety of flight requirements. 5.1.3. The contractor shall operate the assigned aircraft, associated avionics and weapons systems and instrumentation using proper and thorough preflight, in-flight, and post-flight Naval Air Training and Operating Procedures Standardization (NATOPS) operating procedures. 5.1.4. The contractor shall comply with all aspects of OPNAVINST 3710.7 series, NATOPS General Flight and Operating Instructions, specific Type/Model/Series (T/M/S) NATOPS manuals, and NAVAIRINST 3710.1 series, Contractor?s Flight and Ground Operations. 5.1.5. The contractor shall complete all required preflight, in-flight, and post-flight documentation including, but not limited to, the Naval Flight Records Subsystem (NAVFLIRS) flight activity data collection system ?yellow sheet? and Maintenance Action Forms (MAFs). 5.1.6. The contractor shall provide support, as requested, for ground maintenance functions including, but not limited to, compass swing and high and low power turns for the FRCSE Flight Operations Department. 5.1.7. The contractor shall maintain currency on instrument qualification, physiology training, swim qualifications, flight physicals, and NATOPS. Night Vision Device (NVD) and Electromagnetic Compatibility/Safety of Flight Test (EMC/SOFT) qualifications will be maintained on a case-by-case basis. 5.1.8. The contractor shall attend all flight crew meetings, safety standdowns, and other proficiency training scheduled by FRCSE as requested by the FRCSE Flight Operations Department. 5.1.9. The contractor shall assist, as requested by the FRCSE Flight Operations Department, in aircraft mishap investigations and in the preparation and investigation of any applicable safety related message including, but not limited to, Hazard Reports and Engineering Investigation requests. 6.0. PERSONNEL QUALIFICATIONS 6.1. Physical Qualifications. The specialized nature of military aircraft flight dictates that all contractor flight crew, as with military flight crew, meet and maintain specific physical and physiological requirements. For the U.S. Navy, these requirements are provided in OPNAVINST 3710.7 series, NATOPS General Flight and Operating Instructions, and specific T/M/S NATOPS manuals. NAVAIRINST 3710.1 series, Contractor?s Flight and Ground Operations, also pertains to all contractor flight crew. 6.2. Professional and Technical Qualifications. The contractor shall provide crewmembers having the following minimum levels of professional and technical experience. These minimum qualifications are the baseline for determining technical acceptability in the personnel area. Contractors should strive for technical excellence in personnel by demonstrating professional and technical experience beyond the minimums specified. The specialized professional and technical experience included as part of the required qualifications shall have been obtained in the fields of endeavor indicated by the applicable labor category below. All contractor pilots shall have a Federal Aviation Administration (FAA) Commercial Pilot or Airline Transport Pilot rating and the appropriate category endorsements. All contractor personnel must have a functional knowledge of industrial operations and processes inherent to aircraft and component overhaul, repair and/or manufacturing at a depot level maintenance activity. All personnel must have or be able to obtain a Confidential/Secret security clearance. 6.2.1. F/A-18 Pilot. A minimum of 1500 hours in the F/A-18 family of aircraft. Past or current designation as a F/A-18A/B/C/D/E/F aircraft plane commander. Past or current F/A-18 Functional Check Flight (FCF) designation. Must have currency or must obtain currency in accordance with general and T/M/S NATOPS requirements by start date of work task. 6.3. Government Approval for Recurrency/Requalification Training. The contractor shall submit to the Government Flight Representative (GFR) DD Form 2627, Request for Government Approval for Aircrew Qualification and Training, a resume, and DD Form 1821, Contractor Crewmember Record, for approval of recurrency/requalification training. The Government shall reimburse the contractor for travel (see paragraph 10.0) and simulator time, including initial recurrency training plan formulation. However, all study time, including pre-simulator study time and recurring monthly self-study, shall not be reimbursable. 6.4. Government Approval for Crewmember Status. The contractor shall submit to the GFR DD Form 2628, Request for Approval of Contractor Crewmember, and DD Form 1821, Contractor Crewmember Record, for approval of a proposed crewmember. 6.5. Termination of Approval 6.5.1. Approvals of crewmembers are automatically cancelled upon termination of employment, physical disqualification, or suspension/revocation of FAA rating. The contractor shall have procedures for identifying and addressing human factors issues such as substance abuse, personal and family problems, etc., which would preclude flight duties. The contractor shall notify the GFR of crewmember status changes by the most expeditious means and immediately follow up in writing. 6.5.2. The GFR is authorized to immediately withdraw approvals of contractor crewmembers where they have: 6.5.2.1. Failed to meet the general requirement of basic airmanship or failed to exercise sound judgment in the conduct of flight operations, or 6.5.2.2. Exhibited evidence of personal instability or similar undesirable tendency or have conducted themselves contrary to the Government?s interests in promoting safety. 6.5.3. The GFR will promptly notify the contractor and Administrative Contracting Officer (ACO) when an approval is withdrawn. The GFR will provide a written statement to the contractor setting forth, in detail, the reasons for the action taken. 6.5.4. In such event that crewmember approval is withdrawn and notice to the contractor is provided, the contractor shall expedite the request for approval of replacement personnel to meet the Government?s flight crew support requirements. 7.0 GOVERNMENT FURNISHED MATERIAL. The Government will furnish all necessary flight gear for contractor crewmembers. Such flight gear will remain the property of the Government. 8.0 WAIVERS. A waiver is written relief from a specific requirement of an applicable instruction, specification, etc.. When issued, a waiver shall be valid for the period specified therein and shall be reviewed prior to each flight to validate the need still exists. Requests for waivers shall be submitted to the GFR who will provide recommendations to the ACO. 9.0 FLIGHT OPERATIONS. The Government assumes some of the risk of loss or damage to aircraft furnished to the contractor under the terms and conditions of this contract. DFARS 252.228-7002, Aircraft Flight Risk, pertains. 10.0 TRAVEL AND PER DIEM When contractor personnel performing required tasks, such as recurrency/requalification training and ferry flights to pick up or deliver aircraft prior to or following DLM, remain overnight at locations other than Jacksonville, FL, the contractor will be reimbursed for travel costs in accordance with FAR 31.205-46 on the basis of actual costs incurred for transporting necessary personnel up to the extent allowed a Government employee under the Department of Defense Joint Travel Regulations. Maximum allowable rates can be found at http://www.dtic.mil/perdiem/perdiemrates.html. Travel and per diem costs incurred in the replacement of personnel will not be reimbursed when such replacement is accomplished for the contractor's or contractor employee's convenience. 11.0 DELIVERABLES. None. 12.0 FRCSE GOVERNMENT FLIGHT REPRESENTATIVES (GFRs). The following GFRs have been delegated responsibility for approval of contractor crewmembers, contractor crewmember training, and for ensuring contractor compliance with this Performance Work Statement. Primary GFR: LCDR Daniel K. Stark Fleet Readiness Center Southeast EA-6B Product Officer, Code 6.2.1.4 NAS Jacksonville, FL 32212-0016 904/542-4460, ext. 502 Alternate GFR: LT Brian D. Williams Fleet Readiness Center Southeast Aviation Safety Office, Code 6.0 ASO NAS Jacksonville, FL 32212-0016 904/542-5640 The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.211-7003 Item Identification and Valuations Jan 2004), (252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M AUG 10, 2007. Quotations must be in writing and may be faxed or mailed to the following. Attn Venita K Harmon, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1229.
 
Place of Performance
Address: FLEET AND INDUSTRIAL SUPPLY CENTER, BLDG 110 3 RD FLOOR, P.O. BOX 97, NAS JACKSONVILLE FL
Zip Code: 32212
Country: UNITED STATES
 
Record
SN01362020-W 20070805/070803222717 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.