Stallion 51 Flight Demo
U.S. Government ~ Tax Exempt Solicitation N00421-19-T-0045 is issued as an intent to sole source. The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed ... U.S. Government ~ Tax Exempt Solicitation N00421-19-T-0045 is issued as an intent to sole source. The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a sole source basis with Stallion 51 Corporation, Inc. for flight demonstration in the Stallion 51 aircraft, under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 12 and Part 13. The contractor must be prequalified by the US Naval Test Pilot School prior to submitting a proposal for award. Offeror's must be registered in the System for Award Management Registration (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov. This is a firm fixed-price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and technical acceptability. Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information you provide. Please see SOW below: ***Basis for Award*** The Government intends to award this on a sole source basis. This notice of intent is not a request for competitive proposal. However, all proposals MUST be received no later than 12P.M EST 18 April 2019. A determination by the Government not to compete this proposed contract upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The government will not pay for any information received. ***Instructions to Offeror's*** Please include the following information with your response: •(1) Tax ID# •(2) Dun & Bradstreet # •(3) Cage Code: •(4) Small Business - Yes ___ No ___ •(5) Estimated Delivery Date: All quotes/responses shall be submitted via email to Donna Owens at donna.owens@navy.mil no later than 12 P.M EST 18 April, 2019. Government Point of Contact: Donna Owens Naval Air Warfare Center AD (PAX) 2.5.1 RAC, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: donna.owens@navy.mil Performance Based Statement of Work For U. S. Naval Test Pilot School QUALITATIVE EVALUATION 1.0 Introduction: The U. S. Naval Test Pilot School (USNTPS) is acquiring flight demonstration flight support for the DT-IIA flight exercise. 2.0 Background: The USNTPS trains engineering flight test pilots and flight test engineers for the Department of Defense, Department of Homeland Security, and international flight test organizations. The Qualitative Evaluation (QE) Program institutionalized within the USNTPS is a major facet of the curriculum that provides a wide variety of aircraft with differing flying qualities and performance characteristics to the students. The training augments and rounds the education received in aircraft that are organic to USNTPS. Prior to participation in the QE Program at USNTPS, an inspection of the contractor’s equipment, maintenance practices, and flight discipline must be completed. This inspection is conducted by USNTPS staff personnel at the contractor’s place of business. 3.0 Scope: 3.1. The contractor shall provide a total of approximately eigth (8) hours of flight demonstration in the Stallion 51 aircraft. The flight will be conducted during the period 1 – 11 May 2019. 3.2. Flight demonstrations and ground training shall take place at the contractor facility in Kissimmee, Florida. 4.0 Applicable Documents 4.1. SECNAVINST 3770.1 Series: Use of Department of the Navy Aviation Facilities by Other Than United States Department of Defense Aircraft 4.2. OPNAVINST 3710.7 Series: NATOPS General Flight and Operating Procedures 4.3. USNTPSINST 3710.3 Series: Qualitative Evaluation Program 5.0 Period of Performance. The period of performance for these flight evaluations is 1 – 11 May 2019 for instructor qualification purposes. 6.0 Aircraft Requirements. 6.1. One Stallion 51 aircraft required to complete up to eight (8) hours of instructor flight demonstration flights. 6.2. Aircraft is to be configured with dual flight controls (capable of being flown from the left or right seat). 6.3. Aircraft is required to have a minimum endurance of 1.5 hours with a 20 minute reserve. 6.4. The aircraft is to be an FAA approved configuration. 7.0 Safety Pilot Requirements. A contractor or contractor-approved pilot-in-command (hereafter referred to as the safety pilot) is required. In addition to all applicable Federal Aviation Regulations, the minimum qualifications for the contractor furnished safety pilot are: 7.1. A minimum of 500 flight hours. 7.2. A minimum of 250 flight hours first pilot time in helicopters. 7.3. A minimum of 50 hours total time in model, with not less than five (5) hours in the model within the previous sixty (60) days. 7.4. Must have a current FAA Commercial pilot certificate with current medical qualifications and required aircraft certifications. 8.0 Performance Requirements. During the flights, the flying qualities, performance characteristics and onboard systems will be evaluated throughout the aircraft operating envelope. The safety pilot shall be in the aircraft for all flights and shall act as the pilot-in-command. Contractor support services shall include: 8.1. A thorough, one (1) -hour briefing for all USNTPS personnel covering aircraft systems, limitations, and procedures and safety, for the Stallion 51. 8.2. A contractor provided safety pilot to act as the pilot-in-command for all flights. 8.2.1. Records of safety pilot to be furnished to USNTPS Flight Operations. 8.3. Maintenance, fuel, oil, special equipment, and any other support services associated with the operation of the aircraft (logistics and maintenance support). 8.4. Any flight gear specific to the aircraft type. 8.5. Fully operational Stallion 51aircraft. 8.5.1. The provided aircraft must meet applicable FAA standards for the appropriate category and class. 8.6. Demonstration flight(s) totaling up to two (7) hours in the Stallion 51aircraft. 9.0 USNTPS will pay the “wet” flight hour rate for actual flight time. Actual flight time for reporting purposes is defined in OPNAVINST 3710.7 Series. The rate includes all costs for the contractor safety pilot, airplane usage, maintenance and fuel. 10.0 Only USNTPS designated crew and Contractor safety crew personnel may be on the aircraft during the period of flight operations. The aircraft are for the sole use of USNTPS during the period of flight operations. The contractor maintains liability for any damage or loss of the aircraft and third party liability. 10.1. Current insurance, permitting requirements, and necessary forms are defined by SECNAVINST 3770.1 Series. Requirements and forms can be obtained via the following website: http://www.navfac.navy.mil/products_and_services/am/products_and_services/afl/getting_started.html 10.2. Note that when DD Form 2400 states a Combined Single Limit amount and then follow it with the phrase "sub limited to $100,000 per passenger", the stated amount (e.g. $1,000,000) is the total coverage and the $100,000 per passenger is within the $1,000,000, not in addition to it. This would mean that the coverage would not meet the minimum requirement. As an example, for a small aircraft with 3 passenger seats, the minimum is $500,000 bodily injury plus $500,000 property damage plus $300,000 for passenger seats, for a total of $1,300,000. Bodily Injury PLUS Property Damage PLUS Per Passenger Seat Minimum Aircraft less than 12,500 lbs MGTOW $500,000 PLUS $500,000 PLUS $100,000 $1,000,000, $250,000 per passenger seat Aircraft 12,500 lbs and greater MGTOW $1,000,000 PLUS $1,000,000 PLUS $100,000 $2,000,000 PLUS $100,000 per passenger seat (1) (1) A percentage reduction applies 11.0 Standards of Quality and Timeliness PBSOW Paragraph Performance Objective Performance Standard Acceptable Quality Level Method of Surveillance 8.1 Flight Briefing Thorough 1 hr briefing covering aircraft systems limitations, procedures, and safety. Thorough briefing provided to USNTPS staff instructors prior to flight demonstration. Government Observation & Analysis 8.2 Safety Pilot provided to act as Pilot-in-Command Safety Pilot must meet minimum qualifications as specified in Paragraph 7.0. Safety Pilot meets 100% of requirements. Government Observation & Analysis of applicable documents 8.3 Maintenance, fuel, oil, special equipment, and other support services All services required to maintain aircraft to execute the flight demonstrations. 100% of services provided. Government Observation & Analysis 8.4 Provide any flight gear specific to the aircraft type All required flight gear provided. 100% of gear provided. Government Observation & Analysis 8.5 Fully operational Stallion 51 aircraft. Provided aircraft must meet applicable FAA standards for the appropriate category and class as specified in Paragraph 6.0. Aircraft meets 100% of applicable FAA standards. Government Observation & Analysis 8.6 Demonstration flight hours Provide up to eight (8) demonstration flight hours to USNTPS personnel. Flight hours provided. Government Observation & Analysis Solicitation N00421-19-T-0045 is issued as an intent to sole source. The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a sole source basis with Stallion 51 Corporation, Inc. for flight demonstration in the Stallion 51 aircraft, under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 12 and Part 13. The contractor must be prequalified by the US Naval Test Pilot School prior to submitting a proposal for award. Offeror's must be registered in the System for Award Management Registration (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov. This is a firm fixed-price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and technical acceptability. Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information you provide. ***Basis for Award*** The Government intends to award this on a sole source basis. This notice of intent is not a request for competitive proposal. However, all proposals MUST be received no later than 12P.M EST 18 April 2019. A determination by the Government not to compete this proposed contract upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The government will not pay for any information received. ***Instructions to Offeror's*** Please include the following information with your response: •(1) Tax ID# •(2) Dun & Bradstreet # •(3) Cage Code: •(4) Small Business - Yes ___ No ___ •(5) Estimated Delivery Date: All quotes/responses shall be submitted via email to Donna Owens at donna.owens@navy.mil no later than 12 P.M EST 18 April, 2019. Government Point of Contact: Donna Owens Naval Air Warfare Center AD (PAX) 2.5.1 RAC, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: donna.owens@navy.mil urce. The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a sole source basis with Stallion 51 Corporation, Inc. for flight demonstration in the Stallion 51 aircraft, under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 12 and Part 13. The contractor must be prequalified by the US Naval Test Pilot School prior to submitting a proposal for award. Offeror's must be registered in the System for Award Management Registration (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accompli This is a firm fixed-price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and technical acceptability. Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information you provide. ***Basis for Award*** The Government intends to award this on a sole source basis. This notice of intent is not a request for competitive proposal. However, all proposals MUST be received no later than 12P.M EST 18 April 2019. A determination by the Government not to compete this proposed contract upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The government will not pay for any information received. ***Instructions to Offeror's*** Please include the following information with your response: •(1) Tax ID# •(2) Dun & Bradstreet # •(3) Cage Code: •(4) Small Business - Yes ___ No ___ •(5) Estimated Delivery Date: All quotes/responses shall be submitted via email to Donna Owens at donna.owens@navy.mil no later than 12 P.M EST 18 April, 2019. Government Point of Contact: Donna Owens Naval Air Warfare Center AD (PAX) 2.5.1 RAC, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: donna.owens@navy.milSolicitation N00421-19-T-0045 is issued as an intent to sole source. The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a sole source basis with Stallion 51 Corporation, Inc. for flight demonstration in the Stallion 51 aircraft, under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 12 and Part 13. The contractor must be prequalified by the US Naval Test Pilot School prior to submitting a proposal for award. Offeror's must be registered in the System for Award Management Registration (SAM) database prior to submission of an offer to be considered for award of any This is a firm fixed-price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and technical acceptability. Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information you provide. ***Basis for Award*** The Government intends to award this on a sole source basis. This notice of intent is not a request for competitive proposal. However, all proposals MUST be received no later than 12P.M EST 18 April 2019. A determination by the Government not to compete this proposed contract upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The government will not pay for any information received. ***Instructions to Offeror's*** Please include the following information with your response: •(1) Tax ID# •(2) Dun & Bradstreet # •(3) Cage Code: •(4) Small Business - Yes ___ No ___ •(5) Estimated Delivery Date: All quotes/responses shall be submitted via email to Donna Owens at donna.owens@navy.mil no later than 12 P.M EST 18 April, 2019. Government Point of Contact: Donna Owens Naval Air Warfare Center AD (PAX) 2.5.1 RAC, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: donna.owens@navy.milALLION
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »