Hawaii Bids > Bid Detail

Flight Planning & Dispatch

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159730527415955
Posted Date: Mar 1, 2023
Due Date: Mar 8, 2023
Solicitation No: M0031823QMCAS
Source: https://sam.gov/opp/1be2045f62...
Follow
Flight Planning & Dispatch
Active
Contract Opportunity
Notice ID
M0031823QMCAS
Related Notice
M00318-23-Q-MCAS
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
USMC
Sub Command
MARCORP I&L
Sub Command 2
MARINE CORPS INSTALLATIONS COMMAND
Sub Command 3
MCIPAC
Office
COMMANDING OFFICER
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Mar 01, 2023 11:58 am HST
  • Original Response Date: Mar 08, 2023 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    , HI 96863
    USA
Description

THIS IS A PRESOLICITATION NOTICE ONLY.



The Government anticipates a FFP contract. The proposed solicitation will contain provisions for a 12-month base period plus four (4) 12-month option periods, to be exercised at the Government’s discretion. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause.

The solicitation is expected be posted on beta.sam on or around 24 March 2023.



All off erors are required to register in the System for Award Management (SAM) database in accordance with FAR 52.204-7(b)(1). It will take approximately 12-15 business days after a contractor submits the required information for the SAM account to become active and the contractor to be registered. Contractors are required to be registered in SAM when submitting a quote, and shall continue to be registered until time of award, during performance, and through final payment of any contract. LACK OF REGISTRATION IN THE SAM DATABASE PRIOR TO THE SOLICITATION DUE DATE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD. The website address for the SAM database is: https://www.sam.gov. Note: Registration in SAM is Free.



Marine Corps Air Station (MCAS) Kaneohe Bay requires contractor-provided flight planning and dispatch services in support of the VMR-Detachment C-20 aircraft located at Marine Corps Base Hawaii (MCBH), Kaneohe Bay, Hawaii. The contractor shall provide International Flight Planning, Dispatch, and Flight Following Services and Support that includes providing the aircrew with the uninterruptable ability to provide timely, relevant mission planning and flight execution to support senior leaders anywhere in the world, allowing maximum flexibility to their dynamic schedules, without breaking crew endurance policy or mandated regulation.



International Flight Dispatch Services Support is required for MCAS Kaneohe Bay’s VMR-Detachment C-20 aircraft in support of Tier Two and Tier Three personnel (Secretaries of the Military Departments, Chiefs of the Military Services, Commanders of Combatant Commands, Commander, International Security Assistance Force, Under Secretary of Defense for Intelligence, Under Secretary of Defense for Policy, etc.) as depicted IAW DODI 4500.56 in addition to United States Heads & Foreign Heads of State. Obtaining flight support services is crucial to the planning and execution success of Special Air Missions (SAM's), especially in wartime when diplomacy and negotiation become critical elements of national security strategy. The Contractor shall provide personnel, services, equipment, tools, materials, and other requirements necessary for, or incidental to, the performance of flight planning and dispatch as outlined above.



Aircraft dispatchers shall establish and maintain as a minimum: Annual Federal Aviation Administration Flight Dispatcher Certification, International Procedures Certification, Global Decision II (GDSS II) Certification, Aircraft and Personnel Automated Clearance System (APACS) Certification, Foreign Clearance Guide Certification, Global Data Center (GDC) Certification, Rockwell Collins Flight Operation System (FOS) Certification, and Department of Defense Information Assurance Awareness Cyber Awareness Training/Certification.



The contractor shall provide support for International Flight Dispatch Services and Support. Contractor shall provide as many FAA Part 65 certified personnel as required to accomplish all aspects of mission planning and execution. Flight/Mission Planning system must be included and available to the customer so that the vendor and customer can plan and execute the same.



Contractor shall have the capability to plan worldwide missions for the C-20G (2x Gulfstream GIV Non-SP). Contractor shall provide:




  • Full aircraft modeling algorithm for aircraft performance and fuel burn.

  • Proactive Flight Following Service[CCSA1] capable of providing the aircrew with post-departure potential impacts to the flight, prior to the aircraft reaching oceanic. Examples of potential impacts Flight Following services include, but are not limited to:




  1. Turbulence

  2. PIREPS

  3. Airfield Closures

  4. Braking action reports

  5. Diversion Support and rerouting assistance as warranted

  6. ATC Flow control/EDCT/Airspace flow program

  7. Ability to monitor systems such as ACARS, SATCOM and other systems as applicable

  8. Ability to monitor destination weather and alternate weather. If weather is below minimums, shall be capabile of providing alternate airfields that can meet the weather requirements

  9. Air Space and Airway Closures




  • Capability to incorporate military airspace (DAFIF database imbedded).

  • Capability to obtain diplomatic clearance for overflight, arrival, and departure of foreign airspace required for high priority, high visibility missions (Tier Two and Tier Three), inside and outside of host nation/countries published lead times, at times within only a few hours of being notified.

  • Capability to plan and avoid designated countries and other designated areas in order to accommodate approved diplomatic clearance restrictions.

  • Capability to toggle between General Air Traffic (GAT) and Operational Air Traffic (OAT) filing formats.

  • Capability to ensure GAT/OAT/Tactical routing/flight plans validate thru Host Nation and EUROCONTROL airspace and abide Host Nation AIP’s, DoD Foreign Clearance Guide, Central Flow Management Unit (CFMU) avoiding any delays of airlift missions.

  • Capability to electronically file valid/ approved flight plans in the Air Traffic Control system.

  • Capability to store created flight plans for a minimum of 180 days.

  • Capability to develop, produce up to date Terminal Enroute Procedures (TERPS) worldwide enroute orientation and plotting charts.

  • Capability for customer and dispatch provider to access mission planning information / documents / items /flight planning engine / flight plans through secure web access/online portal login.

  • Vendor, if required, will have the ability to develop and provide host nation airport/TERPS and other flight information (Airway Charts, etc.) on short notice to the aircraft (C-20G) FMS data base



FLIGHT PLANNING & DISPATCH SUPPORT



Flight planning and Aircrew dispatch support. MCAS requires Flight Planning & Flight Release information of, on average, 33 releases per month.



FAA Part 65 certified dispatcher available 24/7/365 for flight following, execution, and mission planning of planned, no-notice, and short notice high priority missions (Tier Two and Tier Three). Contractor to provide as many FAA Part 65 certified personnel required to accomplish all aspects of mission planning and execution.



Dispatchers must be familiar with C-20G operating procedures to include but not limited to thevarious configurations of the C-20G fleet, departure/destination/alternate weather requirements, fuel policies, crew duty limitations, and the sensitivity of high visibility passengers aboard the C20-G



Dispatcher shall obtain access to USTRANSCOM Global Decision Support System (GDSS) II, in order to provide flight following information and USTRANSCOM mission coordination oversight IAW DODI 4500.56.



Dispatcher provide necessary flight planning, briefings (Notice to Airman, Weather, flight Plans, etc.), and airfield information with regard to aircraft suitability on all departure and arrival runways and taxiways. Weather minimums shall be in accordance with CNAF 3710.7



Contractor shall provide Joint Military Charting Services (JMCS). JMCS is a single repository for all aeronautical information required to task and execute a global mission. In order to increase mission effectiveness on a global scale, pilots, aircrew and operational staff need a solution that reduces the time and cost associated with managing and updating navigational charts and documents. Most importantly, military and civilian charts need to integrate seamlessly regardless of file type.



Offerings:



• Complete global coverage of aeronautical navigation charts from multiple sources and in multiple file formats.



• Terrain profile displays 3D information along your intended route, including airspace.



• Updated terrain data uses the latest sources and offers improved detail with 3 arc-second resolution.



• Full-color, vector-based charts allow you to zoom in and out without loss of detail.



Upon notification from MCAS Kaneohe Bay of a mission, the contractor shall create a mission folder on a secure (128-bit encryption) website, accessible from any internet/VPN connected computer or internet devic. The encrypted website shall be the repository for mission flight plans, WX, NOTAMS, charting, DIPS status, PPR status, and airfield information. During the planning phase, information in the folder shall be immediately updated as changes are made to the mission, flight plans are modified, DIPS are requested and received, and other mission information and tasking is being worked. The initial mission planning or work-ups shall be provided for first review not less than 24 hours after mission information is provided to the contractor. Prior to filing the flight plans, the contractor shall validate NOTAMS, airfield operating hours and services, WX, routing, and DIPs. The contractor shall make final delivery of the mission package to include the following:




  • Flight plans, WX, NOTAMS at time of filing/takeoff via the customized web-based system format or fax.

  • Charting via integrated MOEC route of flight and terminal charting.

  • DIP spreadsheet listing all required DIP information for the mission

  • PPR and airfield information

  • Intended FBO/ramp/parking locations for aircraft.

  • Point of Contact information for all DIPS, PPRs, Airfield Ops, and/or FBOs as appropriate.

  • TFRs along route of flight



Flight planning transmissions shall be transmitted through a dispatch service capable of providing an uninterrupted interface with ForeFlight Military Flight Bag, e-mail, and fax anywhere worldwide. This item must provide all required deliverables listed in Section 3 as well as provide the required updates and support necessary to maintain the services provided by the ForeFlight Military Flight Bag as current and fully functional.



Dispatcher filing of flight plans is required to be available 24/7/365.



Dispatcher validating flight plans through Euro Control, Central Flow Management unit (CFMU) compliance and Host Nations Airspace/Air Traffic Control Facilities. Flight releases shall be delivered via the methods required under paragraph 5.2.8, as requested by the government, and completed not less than two hours prior to scheduled flight time.



Dispatcher coordinates European Slot Times, Submit for Diplomatic Clearances via Aircraft and Personnel Automated Clearance System (APACS), Prior Permission Required (PPRs) numbers, airport slot times, aircraft services (lavatory, fuel, deicing, parking location, hangar space, customs etc.), quiet hours, airport & service operating hours, w/Defense Attaché Office, Base/Airfield Operations, Fixed Base Operations, Airport Authorities, arrival/departure times with required agencies and provided updates(arrival/departure/mission delay information, aircraft maintenance status, etc.) via Global Decision Support System (GDSS) II . Dispatcher will contact assigned aircrew and USAPAT Mission Planner As soon As Possible upon notice of any delay or mission constraints.



Dispatcher transmission of flight plans to 3rd party server for electronic uplink to aircraft.



Dispatcher running and posting of Ops Data for planning execution purposes, and emergency procedures to include single engine departure procedures.



Dispatch agency establishes secure on-line portal and mobile device to enable dispatchers ability to post trip itinerary (format determined by customer), flight plans, SLOT, diplomatic clearance logs, NOTAMS, weather, runway analysis, ATC filing information, and other miscellaneous information as determined by customer. This portal must have the capability to “zip” batches of files download to mobile devices.



Dispatcher will review airfield suitability restrictions (Pavement Classification Number (PCN)/Aircraft Classification Number (ACN), Load Classification Number (LCN), Weight Bearing Capacity (WBC), etc.)



Dispatcher will review & ensure airports obtain Department of Defense (DOD), FAA/Army Host Nation approved Special Accredited Terminal Enroute Procedures (TERPS) (IAP’s, SID’s, STARS, etc.) and or submit for a TERPS review if required to U.S. Army Aeronautical Service Agency or its European Detachment.



Dispatcher will review the Country/Airport AIP’s, Foreign Clearance Guide for Host Nation Lead Time & Validity requirements, Holiday Observances, Airport of Arrival/Departure, Entry/Exit waypoints/preferred route of flight information.



Dispatcher shall use mission planning information supplied by MCAS Kaneohe Bay to run flight plans which will determine what countries will need DIP for both over flight and landing. The contractor shall create DIP messages in accordance with US DOD Foreign Clearance Guides to request DIPS. If clearances can be done through APACS, standard email/fax, or phone calls, the contractor shall process the clearances. Clearances that require DSN fax/phone or SIPR email shall be forwarded to the government for entry via the required system. The contractor shall track all DIPS and create a DIP sheet for each mission to allow the government easy access to DIP information. Dispatcher shall check all pertinent TAF and/or METAR information for all departure, destination, alternate, and over-water diverts airports before generating all flight plans. The contractor is responsible for storing frequently used routes.



Dispatcher shall coordinate at airfields for fuel and parking with verification that those services have an approved military contract.



Dispatcher shall ensure that Flight Plans are compliant with all ATC agencies to include military base operations locations and coordinate slot management where applicable.



Contractor shall maintain annual subscriptions to Foreflight Dispatch, Foreflight Military Flight Bag and associated Military Charting Service (MCS) Subscription to successfully interface flight planning, flight filing, and dispatch services and updates. These subscriptions provide a centralized system for all phases of flight planning and dispatch that integrates flgiht releases and allows automatic emails containing any changes or flight updates directly to the aircrew and allows visibility to both the dispatcher and pilots without trasmittal interruptions or external connectivity issues


Attachments/Links
Contact Information
Contracting Office Address
  • ATTN: SUPPLY OFFICER BOX 63062
  • MCBH KANEOHE BAY , HI 96863
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >