Utah Bids > Bid Detail

Hoist Training

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159770286358457
Posted Date: Feb 16, 2023
Due Date: Mar 6, 2023
Solicitation No: W911YP23R0007
Source: https://sam.gov/opp/52406b10f5...
Follow
Hoist Training
Active
Contract Opportunity
Notice ID
W911YP23R0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N3 USPFO ACTIVITY UT ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 16, 2023 02:22 pm MST
  • Original Date Offers Due: Mar 06, 2023 12:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U006 - EDUCATION/TRAINING- VOCATIONAL/TECHNICAL
  • NAICS Code:
    • 611512 - Flight Training
  • Place of Performance:
    West Jordan , UT 84084
    USA
Description

SOLICITATION: W911YP23R0007

AGENCY/OFFICE: Utah Army National Guard / USPFO

PLACE OF PERFORMANCE: Utah Army National Guard / 2/211th 7062 Airport Road, West Jordan UT 84084

SUBJECT: Hoist Training

RESPONSE DUE DATE: 12:00 PM MST 06 MAR 2023

CONTRACTING POC: Timothy A. Papa Email: Timothy.a.papa.civ@army.mil

DESCRIPTION:

*****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED SDs in SAM.GOV WILL BE ACCEPTED*****



This is a combined synopsis solicitation for the Utah Army National Guard for the requirement of Hoist Training under solicitation number W911YP23R0027. This solicitation is 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; quotes are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ).



This acquisition is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 611512 - “Flight Training” which has a Small Business Size Standard of $30 Million (www.sba.gov). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. PoP shall occur 16 MAR – 19 MAR 2023. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.



STATEMENT OF WORK:



STATEMENT OF WORK

FOR

Hoist Training Services



Introduction/Background



The Utah Army National Guard can conduct hoist operations with Det 2, G. Co 2/211th GSAB based out of West Jordan, UT. Their location provides access to be able to fly to any trauma center in the Ogden/Salt Lake City/Utah County and soundings areas. That ability can both be used while deployed in a combat operation or state side with domestic operations. G. Co is currently slated to deploy soon and had several senior members of the company leave, making several new crew members without the knowledge or skill to preform hoist operations. During interagency domestic operations the UTARNG could work with other search and rescue agencies within the state. One of those agencies, the Department of Safety (DPS) has received training to the same standard. This course will set G. Co up with the standard to be able to conduct hoist operations safely with federal or local agencies. This course will be held at the West Jordan Armory and Camp Williams training areas.



Scope of Work



Academic and flight curriculum increases efficiency and safety of the flight crew through simple aircrew coordination, the ability of having more crew be able to identify the rescue location, possible obstacles and increased situational awareness. Learning the science and methods behind the formation of how and why techniques are done a specific increase crew members ability to operate at a higher level of proficiency.



Period of Performance



The Period of Performance shall be 4 days March 16th, 2023, through March 19th, 2023.



Work Requirements



The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary to preform rescue hoist training services up to 15 students. The contractor will ensure that all instructors are licensed or certified the for specialized training used in this contract.



The contractors’ employees shall become familiar with and obey the rules of the installation including fire, traffic, safety and security policy’s while in the facility. Contractor employees will only go in area’s while being escorted by students like the classroom or hanger but never alone. They will always carry proper identification with them and will be required to show that identification to enter the facility.



Initial and intermediate hoist operations shall be comprised of the following: 3 pilot teams, 3 crew chiefs/hoist operators, and 6 medics/rescue specialists. Assistance will also be provided in developing procedures/checks, SOP/SOG’s for future hoist operations. 2 hoist capable aircraft will be available for training during the course with fuel and maintenance provided by the UTARNG. A classroom and space for contractor will also be available for use throughout the course.



The contractor shall provide detailed, safety-oriented training for the UTARNG in support of initial and intermediate helicopter hoist technique otherwise referred to fluid dynamic hoisting. Insertion and extraction for rescue missions inland at the various elevations of Utah’s terrain. Training shall be broken down in a manner to provide measured progress for students to ensure mastery of the training elements. Modules should be flexible based on student needs, student progression, and potential delays.



Didactic training: The contractor shall provide 14 hours of classroom to include the following elements:

- Helicopter safety operations

- Crew coordination and duties/responsibilities

- Communication systems

- Hazard identification

- Risk management

- Go-No-Go criteria

- Weight and balance of the aircraft

- The physics of hoist load control

- Rotor-flow dynamics and the impact on hoist operations

- Communication techniques to maneuver the helicopter during normal hoist operations

- Normal and emergency hoist procedures.



Static skills: The contractor shall provide 2 hours of training in the hanger consisting of the following elements:

- Hoist operations equipment,

- Pendant and cable control

- Preparing the helicopter

- Normal and emergency procedures

- Check list functions

- Operations of inter-communication and radio-equipment

- Knowledge and use of emergency hoist equipment

- Rescuer-hook riding positions and techniques

- Rescuer cabins exit and entry

- Techniques for handling victims on cable

- Tagging

- Offset limit

- Trail lines

- Effect of the movement of personnel on performance.



Flight operations: The contractor shall provide 12+ hours of flight training to include the following elements:

- Operations flight training for hoist including normal and emergency procedures

- Aircraft movement crew communication and conning

- Moving the aircraft to the target

- Transition to and from hover target

- Pendant control

- Cable/load control

- Transitioning to live load

- Basic insertion/extraction by hoist

- Fluid dynamic hoist profiles

- Single person hoist

- Tag line and off-set back anchored redirects

- Rescue systems

- Intermediate insertion/extraction via hoist.



The course will need to meet the minimum requirements outlined in EASA SPA 100 Human Hoist Operations (HHO), FAA 133D Human External Cargo (HEC), Transport Canada (CARS 722), Australian Civil Aviation Safety Authority (CAO 29.11). But no official certification is required.



The following equipment shall be provided by the contractor for the course:

- ARV-QC x 2

- 2UP Device x 2

- Hoist Hook Weights x 2 sets

- Hoist safety Lanyard x 2

- Gauntlet Hoist Gloves x 10 Pair

- Cable Buddy Hoist Cable Inspection Device x 2



Schedule/Milestones



The course will be taught between the hours of 0800-2000 each day at the West Jordan AASF located at 7062 Airport Road, West Jordan UT 84084 while all the flight operations will be performed at Camp Williams, UT TTAC utilizing the 7 sister hill top training areas. The contractor shall always maintain an adequate work force for the uninterrupted performance of all tasks defined on this statement of work when the facility is open for business. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential.

All instructors much be present at the locations while teaching the following schedule:

16 MAR 2023- 8 hours of didactic training

17 MAR 2023- 6 hours of didactic training and 2 hours of static skills training

18 MAR 2023- 6+ hours of flight training during the day

19 MAR 2023- 6+ hours of flight training during the day

Successful completion of the didactic classroom portion to move on to the static hanger skills training.

Successful completion the skills training students will move on to live flight hoist operations with a final new skills demonstration at the end to show competency.

After successful completion of the course a certification of completion for the course will be provided to the students.



Acceptance Criteria



The requirement for acceptance is a four-day course that can meet the work requirements of this training during the March IDT period for G. Co 2/211th



CONTRACT TYPE / EVALUATION CRITERIA:



This RFQ is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria. For quotes to be technically acceptable, it must meet all the specifications outlined in the SOW. An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.



SET-ASIDE / FAR REGULATION:



Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE order of precedence as follows:



In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.



SAM REGISTRATION:



All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.



Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.



QUOTE:



Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 12:00 PM MST 06 MAR 2023. All submissions should be sent via email to: timothy.a.papa.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.



PROVISIONS:

The following provisions are applicable to this solicitation and are incorporated by reference:



FAR 52.204-7 – System for Award Management

FAR 52.204-9 – Personal Identity Verification of Contractor Personnel

FAR 52.204-16 – Commercial and Government Entity Code Reporting

FAR 52.204-18 – Commercial and Government Entity Code Maintenance

FAR 52.204-19 – Incorporation by Reference of Representations and Certifications

FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation

FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services

FAR 52.212-3 – Offeror Representations and Certifications-Commercial Products and Commercial Services

FAR 52.212-3 – Alternate 1

FAR 52.219-1 (Alt I) – Small Business Program Representation

FAR 52.219-6 – Notice of Total Small Business Set-Aside

FAR 52.219-8 – Utilization of Small Business Concerns

FAR 52.219-14 – Limitations on Subcontracting

FAR 52.219-28 – Post-award Small Business Program Representations

FAR 52.222-19 – Convict Labor—Cooperation with Authorities and Remedies

FAR 52.222-21 – Prohibit Segregated Facilities

FAR 52.222-26 – Equal Opportunity

FAR 52.222-36 – Equal Opportunity for Workers With Disabilities

FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act

FAR 52.222-50 – Combating trafficking in Persons

FAR 52.222-54 – Employment Eligibility Verification

FAR 52.223-5 -- Pollution Prevention and Right-to-know Information

FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications

FAR 52.232-1 – Payments

FAR 52.232-33 – Payment by Electronic Funds Transfer-System for Award Management

FAR 52.232-39 – Unenforceability of Unauthorized Obligations

FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-1 – Disputes

FAR 52.233-3 – Protest After Award

FAR 52.233-4 – Applicable Law for Breach of Contract Claim

FAR 52.237-1 -- Site Visit

FAR 52.237-2 – Protection of Govt Buildings, Equipment, and Vegetation

FAR 52.243-1 – Changes-Fixed Price

FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)

FAR 52.252-1 – Solicitation Provisions Incorporated by Reference

FAR 52.252-2 – Clauses Incorporated by Reference

DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights

DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003 – Control of Government Personnel Work Product

DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors

DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law

DFAS 252.223-7006 – Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials

DFARS 252.225-7048 – Export-controlled Items

DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7010 – Levies on Contract Payments

DFARS 252.232-7017 -- Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration

DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel

DFARS 252.243-7001 – Pricing of Contract Modifications

DFARS 252.244-7000 – Subcontracts for Commercial Items



FAR 52.252-2 – Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 16, 2023 02:22 pm MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >