Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2021 SAM #7105
SOLICITATION NOTICE

V -- JPARC HELO Support Services

Notice Date
5/13/2021 5:08:58 PM
 
Notice Type
Presolicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
 
ZIP Code
96860-4928
 
Solicitation Number
FA5215-21-R-0015
 
Response Due
5/28/2021 5:30:00 PM
 
Archive Date
06/12/2021
 
Point of Contact
Clayton B. Bodkin, Phone: 9078020175, Kara Buwolda
 
E-Mail Address
clayton.bodkin@us.af.mil, kara.buwolda.2@us.af.mil
(clayton.bodkin@us.af.mil, kara.buwolda.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Helicopter Operations Support for Joint Pacific Alaska Range Complex (JPARC) Remote Sites EXECUTIVE SUMMARY This is the Performance Work Statement (PWS) to provide helicopter operations for transport of personnel and light lift materials to remote sites located within the Joint Pacific Alaska Range Complex (JPARC).� The primary tasks include: Manage scheduling and providing helicopter logistics support to JPARC remote sites, including transporting maintenance, operations, and other support personnel and their equipment. Helicopter lift support will also be required to transport Government or Contractor equipment to and from remote sites. Maintain record keeping and database management of all helicopter logistics support. Perform database analysis to provide reports of cost of helicopter logistics support to JPARC�s operational management team. Conduct operational safety to ensure the protection of supported Government personnel and contractors during helicopter transport to remote sites. If subcontracting work task, Prime is responsible for vetting of the helicopter company for safety and insurance liability as well as passengers being transported. Ensure the minimum level of required liability insurance is obtained prior to conducting helicopter operations meeting Federal and State of Alaska requirements. Limit personnel liability exposure and enhance safety As a minimum, maintain cost control by: Reducing helicopter logistics support costs while ensuring availability of helicopter to meet JPARC mission. Minimize weather-standby time of helicopter and crews Conduct cost-benefit analysis of each helicopter remote site visit to obtain optimum sized aircraft for mission. A PORTION OF THE PERFORMANCE-BASED WORK STATEMENT DESCRIPTION OF SERVICES. The mission of the Joint Pacific Alaska Range Complex (JPARC) is to provide highly realistic training for service, joint, and coalition combat aircrews, aviation ground crews, surface maneuver units, and command staffs. RED FLAG-Alaska (RF-A) is a primary United States Air Force (USAF) combat training exercise and a Joint National Training Capability (JNTC) accredited and certified event that is executed within the JPARC. The JPARC consists of Military Operations Areas (MOAs), Military Training Routes (MTRs), Restricted Airspaces, combat training ranges, with both live and inert weapons impact areas, electronic warfare sites, and all facilities, structures, shelters, systems, and equipment necessary to support live combat training operations. JPARC North refers to facilities/ranges/MOAs surrounding Eielson Air Force Base (AFB). JPARC South refers to facilities/MOAs used primarily by the 3rd Wing (WG) at Joint Base Elmendorf- Richardson (JBER). Capabilities include real-time air-to-air, air-to- ground, ground-to-air, and surface maneuver mission capture, monitoring and playback for user feedback and performance self-evaluation. Multiple JPARC communications and infrastructure sites are part of the JPARC program. These sites were established as part of a strategic plan to expand and enhance the JPARC while also upgrading/replacing outdated and failing systems/subsystems. These efforts focused on expanding the JPARC capability to support inter-service combat training events such as RF-A and NE which recently included the Air Force, Army, Marines, Navy forces, both United States and coalition forces. The remote site locations and severe terrain necessitates primarily by helicopter. The contractor shall provide helicopter operations for transport of personnel and lift (internal load or external sling) of materials to ensure maintenance and sustainment of all JPARC systems and subsystems located at remote sites. These materials may include HAZMAT (POL, small generators, batteries, etc.) JPARC systems and subsystems include composite shelters, towers, associated power generation equipment, electronics, communications and a variety of other hardware and software subsystems. The systems and subsystems enable the JPARC management organization to support critical U.S. and Coalition Armed Forces Joint Service combat training exercises such as RED FLAG- Alaska (RF-A) and NORTHERN EDGE (NE). PERIOD OR PERFORMANCE. Performance period for this contract will be for one twelve (12) month Base Year and four twelve (12) month Option Periods. SPECIFIC REQUIREMENTS. The Contractor shall be responsible for scheduling and providing primary helicopter logistics and operations support to transport Government and Contractor operations and maintenance personnel and their tools/equipment/materials to and from JPARC remote sites. The Contractor shall also be responsible with providing management, labor, equipment, tools, supplies and helicopter to lift or transport JPARC equipment, systems, and subsystems. The contractor shall be able to transport Department of Defense/Government personnel. Any contractor or subcontractor that provides air transportation to Department of Defense/Government personnel will comply with the requirements listed in the most current version of Department of Defense Instruction (DODI) 4500.53, DoD Commercial Air Transportation Quality and Safety Review Program. The Contractor will provide 130 hours of light weight helicopter logistics and operations capable of transporting 2 (two) range personnel and up to 100 pounds of internal/external equipment to and from the JPARC remote sites listed in attachment 1. The Contractor will be responsible for management, labor, equipment, tools, supplies and helicopters required for light weight lift of JPARC personnel and equipment. The Contractor will provide 130 hours of medium weight helicopter logistics and operations capable of transporting 4 (four) range personnel and up to 500 pounds of internal/external equipment to and from the JPARC remote sites listed in attachment 1. The Contractor will be responsible for management, labor, equipment, tools, supplies and helicopters required for medium weight lift of JPARC personnel and equipment. The Contractor shall schedule, coordinate, and cooperate with all Government, additional contractors, and external agencies. The Contractor shall provide a contractor format Request Form for Routine and Priority support. Contractor must acknowledge receipt of a request for support (regardless of type) within 1 hour during a normal duty day or within one hour of the start of the next duty day if the request is made outside of the duty day. Contractor shall provide a helicopter support plan within 2 hours of acknowledging receipt of a request and provide cancellation/change information to requestor within 1 hour of cancellation/change decision. Contractor shall provide requested support within 72 hours of request for Routine and 4 hours for a Priority request. Priority requests are those needing to have support to prevent mission failure or provide personnel support for life or limb. Priority requests for support must be coordinated/approved by COR. The Contractor shall be responsible for the required helicopter logistics support which includes supporting the following activities: Taylor Mountain Radar Site, and Porcupine Ridge communications-relay site maintenance and sustainment activities during winter months. JPARC expansion sites, legacy Air Combat Maneuvering (ACMI) Tracking Instrumentation Sub-system (TIS) sites, threat sites and weapons scoring sites maintenance, sustainment and operations activities. The Contractor will provide all helicopter transportation necessary to support maintenance, repair, and sustainment actions as required to support JPARC remote site maintenance. The Contractor shall also coordinate for the scheduling of helicopter assets to support Contractor(s) performing work on other Government contracts within the JPARC. Contractor shall provide requested support within 72 hours of request for Routine and 4 hours for a Priority request. Priority requests are those needing to have support to prevent mission failure or provide personnel support for life or limb. The Contractor shall also maintain close coordination with Government Contractor(s) performing work at remote sites to ensure efficient use of helicopter support. Contractor shall coordinate and support multiple requests to same/near-by site by time and location to minimize number of hours required. Conflicts in priorities will be resolved by Government COR. The Contractor shall maintain records of all operations related to helicopter logistics support to remote sites within the JPARC. Records will include requisition forms, associated costs for support, helicopter company rates, and other documents related to the support of the contract. The Contractor shall notify the COR once they have flown 75% (seventy-five percent) of the hours listed in paragraphs 3.1.1 and 3.1.2 to discuss possibility of exercising option 1 of the contract. The Contractor shall vet all sub-contracted helicopter companies to ensure said companies operate in a safe and efficient manner. Contractor shall meet all Federal and State of Alaska licensing and safety requirements. The Contractor shall identify to all parties (e.g. helicopter providers; O&M contractors) the requirements for liability insurance to meet all Federal and State of Alaska requirements as applicable. The Contractor shall submit a Monthly Status Report (MSR) no later than the 7th day of the following month in contractor format that is compatible with Microsoft Word or Adobe Acrobat .pdf format readers. This report shall contain: Progress of the previous period (relative to the government approved schedule). Status of contract milestones (associated with the government approved schedule). The Contractor shall prepare a final Status Report (including final financial data) and shall summarize project accomplishments, issues/concerns and a proposed future course of action for the government. Services Summary items. Resource expenditures for the project. Issues/concerns and associated recommendations. Summary of monthly requests, date and site of flights, and performance metrics. HOURS OF OPERATION. Scheduling services shall be available during normal duty day (M-F, 0730-1630). Helicopter operations shall be available 7 days a week and operate during boundaries of civil twilight. PLACE OF PERFORMANCE. Place of performance will primarily be in and around Eielson AFB, Alaska and at remote operating sites on the JPARC range. Performance at other locations may be required on a case by case basis and will be directed and approved in advance by the COR. TECHNICAL REPORTS. The Contractor shall provide technical reports, briefings, action items and presentation materials in contractor format no later than five days prior to Government review as required by the Government in a format compatible with Microsoft Office applicable applications. CONTRACTOR MANPOWER REPORTING. The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Air Force via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported any time during the FY, all data shall be reported no later than 31 October* of each calendar year. Contractors may direct questions to the CMRA help desk. Reporting Period: Contractors are required to input data by 31 October of each year. Uses and Safeguarding of Information: Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. User Manuals: Data for Air Force service requirements must be input at the Air Force CMRA link. However, user manuals for government personnel and contractors are available at the Army CMRA link at http://www.ecmra.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/daeb70ed2b474585a6651bf4121bd0db/view)
 
Place of Performance
Address: Anchorage, AK 99501, USA
Zip Code: 99501
Country: USA
 
Record
SN06000964-F 20210515/210513230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.