Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2009 FBO #2690
SOURCES SOUGHT

U -- T-2 Pilot Instructor and Aircraft

Notice Date
4/6/2009
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
T-2InstructorandAircraft
 
Archive Date
4/28/2009
 
Point of Contact
Lisa A Jackson, Phone: 661-277-8884
 
E-Mail Address
lisa.jackson@edwards.af.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The United States Air Force Test Pilot School, Edwards AFB, CA, is seeking sources with demonstrated expertise and experience to provide pilot, instruction, and North American/Rockwell "T-2" Buckeye aircraft, for the USAF Test Pilot School (TPS) to support the Qualitative Evaluation (qual-eval) Program (QE 900). Responses will assist the Government in determining whether to set-aside/restrict competition in some way, or solicit offers from all responsible sources. The Government will consider all responses to determine the extent of interest of qualified sources. Industry must submit sufficient information for the Government to determine their capabilities and experience. 1.1 General. Contractor shall provide pilot, instruction, Out of Control Flight (OCF) training plan and aircraft, for the USAF Test Pilot School (TPS) to support the Qualitative Evaluation (qual-eval) Program (QE 900). A written copy of the OCF training plan shall be submitted by contractor and approved by TPS Program Manager prior to contract award. 1.2 Qualitative Evaluation Sorties. Format for the qual-eval sorties will be for the safety/instructor pilot to occupy a pilot station while pilot and/or non-pilot students occupy another pilot station. Student and staff pilots will be afforded the opportunity within safety constraints to takeoff and land with a qualified Contractor pilot at another set of flight controls. Non-pilot students and staff crew members will have access to a fully functional set of flight controls and will perform hands-on flying within the limits established by the qualitative review board (QRB), see TPS Operating Instruction OI 11-5 which contains guidance and limits established by the USAF Test Pilot School and is coordinated with the contractor. 1.2.1 Number of Students. Approximately twenty two (22) staff and/or student test pilots/engineers or navigators shall fly the aircraft per class session. One class is required. The number of persons on board the aircraft at one time will not exceed the number of approved seats. The number of students/staff on board the aircraft will be determined by the TPS Program Manager and will be coordinated with the contractor. 1.2.2 Sortie Duration. Scheduled sortie duration will be determined by the qual-eval program manager. Total flight time in support of the qual-eval program will be the number of scheduled sorties multiplied by the scheduled sortie duration. Contractor shall report deviations from scheduled sortie duration to the TPS Program Manager at the conclusion of each sortie. 1.2.3 Number of Qual-Eval Sorties. The number of qual-eval sorties is estimated to be 15-20 student sorties and 2 staff sorties. 1.2.4 Target Qual Eval Date is 18 May 2009 - 29 May 2009. Duration is estimated to be two weeks with one aircraft. Schedule deviations must be approved by TPS Program Manager in advance due to limited scheduling opportunities with class 2008B. 1.3 Location of Operations. When TPS personnel are conducting landings or takeoffs, the primary runway will be Edwards AFB runway 22/04 unless a runway at Palmdale, Fox Airfield, Mojave or other operating location is deemed more suitable by the TPS Program Manager. Additionally, lakebed landings and/or takeoffs may be accomplished IAW AFFTC instructions and operating restrictions. 1.3.1 Classroom Instruction. A company pilot will be required to provide a mass briefing to the TPS students upon arrival at Edwards AFB. The presentation shall use electronic aids such as electronic briefing slides, video material, etc. Electronic briefing slides shall be formatted in a manner approved by the TPS Program Manager. Briefing materials are required prior to arrival at Edwards AFB to ensure adequate projection equipment and software is available. All classroom instructions and briefs shall be performed at Boyd Hall, USAF Test Pilot School (TPS), Bldg 1220, Edwards AFB CA unless otherwise requested by the TPS Program Manager. 1.4 Aircraft Requirements. Contractor shall provide an aircraft with sufficient room in the cockpit for the student to be in a control seat along with a contractor pilot in another control seat, preferably in the second-in-command/instructor position. The contractor must clearly identify the associated rates that are to be charged under this agreement, in writing, prior to that aircraft being scheduled for use in the Test Pilot School Qualitative Evaluation Program. Aircraft identification must include aircraft category, class, type, make, model, serial number and registration number. 1.4.1 Aircraft Systems 1.4.1.1 Aircraft Communication/Navigation. Equipment shall include a transponder with mode 3C capability and a VHF or UHF aviation band radio. It is desired but not required that the aircraft be equipped with operable TCAS and precision navigation systems using GPS, INS, etc. 1.4.1.2 Aircraft Instrumentation. Flight test instrumentation with data recording capability is not required to be previously installed on the aircraft. TPS students may carry-on hand held instrumentation systems that are approved by the TPS Program Manager and coordinated with the contractor. 1.4.1.3 Aircraft Safety Equipment. All installed aircraft safety equipment shall have current inspections, and may be subject to further inspection by the Test Pilot School staff or life support personnel. Safety features of the aircraft that are inoperable (such as bailout exits) shall be clearly placarded. Ejection seats must be fully functional and current inspection documentation shall be provided. 1.4.2 Operating Manuals. Contractor shall furnish one (1) copy of the operating manual for the aircraft to the TPS Program Manager upon request that may be duplicated for training purposes. The document may be paper or electronic. Additionally, all documentation (modification flight manuals, instrumentation operating guides, air worthiness certificate, registration, weight and balance data, maintenance records, etc) relating to the aircraft shall be available for verification by the any TPS staff or student. 1.4.3 Aircraft Air Worthiness. Contractor is responsible for maintaining air worthiness of aircraft in accordance with (IAW) the requirements of 14 CFR Part 91 (http://www.faa.gov/regulations_policies/faa_regulations/) as the minimum standard at the contractor's expense. Air worthiness may be verified by TPS personnel quality assurance (QA) personnel by inspection of FAA certification documents, maintenance records and visual inspection of aircraft. 1.4.4 Contractor Pilot and Aircraft Documentation. Contractor is required to provide FAA Certificate Number for each contractor pilot potentially involved in the execution of the contract. Contractor will also provide full disclosure of all FAA Incidents, Accidents and Violations for each pilot, aircraft, company and or corporation potentially involved in the execution of the contract. Certificate numbers, disclosure and all relevant documentation shall be provided in writing to the TPS Program Manager and the Contracting Officer to be considered for award of this contract. Furthermore Contractor maintains liability for any damage or loss of the aircraft and shall maintain and keep current the following documents and have them available for inspection at all times while aircraft is at Edwards AFB, CA or operated on the behalf of the Test Pilot School. Contractor shall also submit copies to the Contracting Officer, TPS Qual Program Manager and TPS Production Superintendent prior to arrival at Edwards AFB, CA. - DD Form 2400, Civil Aircraft Certificate of Insurance - DD Form 2401, Civil Aircraft Landing Permit - DD Form 2402, Civil Aircraft Hold Harmless Agreement - FAA airworthiness certificate, weight and balance, and maintenance logs (or equivalent) 1.4.5 Aircraft Maintenance Inspection. Contractor shall allow Air Force personnel to perform the following: 1.4.5.1 On-Site Visit of Aircraft. The TPS Program Manager shall schedule and coordinate on-site visits of all civilian aircraft that support the USAF TPS. The on-site visits shall be performed prior to the first flight and follow-ups shall be performed as necessary (determined by the TPS Program Manager). The TPS Program Manager shall evaluate all aircraft and maintenance facilities IAW TPS Operating Instruction 11-5 to determine whether USAF TPS crew members can safely fly aboard the contractor aircraft. 1.4.6 Airborne Services; Includes both airborne pilot services and use of aircraft. Airborne Services are to be charged on an hourly basis with hours measured to the nearest tenth (0.1) of an hour. Minutes to tenths of an hour conversions are listed below: 01-02 Min =.0 HR 03-08 Min =.1 HR 09-14 Min =.2 HR 15-20 Min =.3 HR 21-26 Min =.4 HR 27-33 Min =.5 HR 34-39 Min =.6 HR 40-45 Min =.7 HR 46-51 Min =.8 HR 52-57 Min =.9 HR 58-60 Min = 1.0 HR 1.4.6.1 Airborne Services - Dry Rate. Government will pay the actual flying hours (does not include fuel). Actual flying hours are defined as the time the aircraft is airborne plus 5 minutes. 1.4.6.2 Airborne Services - Wet Rate. Government will pay the actual flying hours (fuel provided by the contractor is included in the total price). Actual flying hours are defined as the time the aircraft is airborne plus 5 minutes. 1.4.6.3 Ferry Costs. Flying time for the purpose of repositioning the aircraft between its home station and Edwards AFB (or other designated operating location) will be paid at the Airborne Services - Wet Rate when the contractor provides fuel at no additional charge. When the contractor charges for fuel separately (see paragraph 1.7.1) the Airborne Services - Dry Rate applies. All ferry flight hours will be charged at the Airborne Services - Wet Rate unless previously approved by the TPS Program Manager. The government will pay the scheduled (not actual) flying hours for all ferry flights. Scheduled ferry flight hours will be proposed by the contractor and approved by the TPS Program Manager prior to flight. 1.5 Pre-emption of Curriculum Flights. The Government reserves the right to pre-empt all TPS curriculum flights in the event of unforeseen higher priority national test requirements or a malfunction or failure of test equipment. In such event, the curriculum flights will be accomplished as soon as possible after completion of pre-emptor's test or upon repair of equipment. The government will not be liable for any costs accruing to the contractor as a result of pre-emption and/or re-scheduling caused by the contractor. 1.6 Reimbursables 1.6.1 Aircraft Fuel Costs. Upon approval by the TPS Program Manager, the contractor will be reimbursed for actual fuel costs for whenever the Airborne Services - Dry Rate is charged. 1.6.2 Lodging. Contractor will be reimbursed for lodging only for actual days on station in accordance with the Joint Federal Travel Regulations (JFTR). In extreme cases the contractor may be tasked by the TPS to fly and then have the flight cancelled due to unforeseen circumstances, in these situations the contractor will be reimbursed lodging for any additional days. If contractor aircraft or personnel problems prevent generation of TPS qual-eval sorties for a prolonged period of time (greater that 5 calendar days), the TPS Program Manager may suspend eligibility for lodging reimbursement until the problem is corrected. 1.6.3 Vehicle Rental. Contractor will be reimbursed for vehicle rentals only for actual days on station upon approval by the TPS Program Manager. Vehicles will be limited to one mid sized vehicle per three personnel. Any company proprietary information shall be separately marked. Responses shall be single spaced, single sided and shall be submitted in two copies. POINT OF CONTACT: Lisa Jackson, AFFTC/PKEW, 5 S. Wolfe Avenue, Edwards AFB, CA 93524. Voice (661) 277-8884, Fax (661) 275-7881, or email: lisa.jackson@edwards.af.mil. All responses to this synopsis shall be provided no later than 12:00 PM PST, 13 April 2009 to the address above. Sources are reminded that this synopsis does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the Government. The Government does not intend to pay for any information provided under this synopsis. The synopsis is for information and planning purposes only, to determine the extent of interest of qualified sources by their response to synopsis. Interested, qualified sources are encouraged to advise the Government of any limiting factors or issues that they think the Government should consider in this synopsis action. Firms responding to this synopsis should reference the synopsis number and indicate whether they are or are not a small or small disadvantaged business concern as defined in FAR 52.219-1. The North American Industry Classification System (NAICS) code is 611512 with a size standard of $25,500,000.00.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e643db06488e8c00a525256fda33cc7c&tab=core&_cview=1)
 
Place of Performance
Address: 220 S. Wolfe Avenue, Edwards Air Force, California, 93524, United States
Zip Code: 93524
 
Record
SN01786762-W 20090408/090406220845-e643db06488e8c00a525256fda33cc7c (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.