Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

R--SINGLE ENGINE AIR TANKER HUMAN FACTORS

Solicitation Number: L09PS00023
Agency: Department of the Interior
Office: Bureau of Land Management
Location: National Centers Region
  • Print
:
L09PS00023
:
Combined Synopsis/Solicitation
:
Added: Jan 28, 2009 4:51 pm
This is a combined synopsis/solicitation for commercial services in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed price offers are requested under Request for Quotations (RFQ) solicitation number L09PS00023. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-29, Amendment-1. The NAICS code is 541690 with a business size standard of $7.0 million.

The Bureau of Land Management (BLM) is the lead federal agency for the Single Engine Air Tanker (SEAT) program since 1984. The federal SEAT program was developed to use modern agricultural aircraft to assist in wildland fire suppression. Agricultural aircraft were chosen because of their purpose built design to drop retardants/suppressants from a low level; their maneuverability; the fact that there are multiple make/models that are in current production, and for their robust construction. These single pilot aircraft are used primarily as an Initial Attack resource, which means they are often the first aerial resources dispatched to the fire. SEAT pilots may encounter a wide range of complexities from single aircraft to multiple aircraft in confined airspace under challenging weather and terrain. The aircraft and pilots are provided to the Federal Government under contract with the private sector. In 2002 the program under went a rapid increase from 27 aircraft to 78 aircraft. There are currently 16 companies providing 88 aircraft to the National SEAT Program. The average number of hours flown on federal fire suppression contracts has been around 5,000 hours per fire season. The season normally lasts from May through September in the Western United States.

From 1997 to 2008 Federal SEAT program has flown over 59,282 hours with 12 reportable accidents to include 2 fatalities. The federal SEAT program, based on these numbers, has an accident rate of 20.24 per hundred thousand hours.

Statement of the ProblemThe federal SEAT program has an unacceptably high incident/accident rate. The predominant contributing factor of these incidents/accidents has been determined to be human factors. The Government is seeking assistance in evaluating the SEAT program from a Human Factors stand point with the goal of clearly identifying both active and latent factors while outlining specific mitigation measures to reduce/eliminate SEAT incidents and accidents.

ScopeThe BLM requires a consulting service knowledgeable in Aviation Human Factors to evaluate the federal SEAT program over the course of the 2009 fire season (March 2, 2009 November 1, 2009). The assessment will cover areas such as Human Factors that are contributed to aviation accidents and incidents. The assessment should include Analysis of active and latent errors, procedural unintentional/intentional non compliance, organizational culture, impact of existing SOPs and policies.

Description of WorkThe contractor shall: - Participate in Pilot Carding/aircraft evaluation- Conduct at a minimum 10 Interviews of SEAT Company owners/Operators- Conduct at a minimum 10 Interviews of Level 1 SEAT Pilots- Conduct at a minimum 10 Interviews of Level 2 SEAT Pilots- Conduct at a minimum 5 Interviews of Aerial Supervisors- Conduct at a minimum 5 Interviews of Agency Aviation Managers- Develop an Understand the nature of human errors within the SEAT program- Identify human error problems within the SEAT program- Recognize strategies for reducing these identified human errors- Develop an implementation plan for identified strategies.- Provide monthly progress reports detailing evaluation achievements and progress towards meeting established deadlines.

Interviews will need to occur over the course of the 2009 Fire Season as well as the National SEAT Training Course, at the Aerial Fire Fighting Institute in Safford, Arizona March 16 March 23, 2009.

Period of Performance (March 2, 2009 November 1, 2009)The BLM will provide an initial in depth briefing on the Federal SEAT program to include a chronological accident history, resulting accident prevention measures (Safety Management Systems), existing policies and procedures. BLM will also provide a government liaison to the company to assist in the information gathering process. The contractor shall coordinate the timing of the interviews with SEAT vendors, SEAT contractors and Government Personnel with the goal of becoming knowledgeable of SEAT operations, working environment and internal/external forces that may impact SEAT pilots. The written report shall be delivered no later than November 1, 2009. Formal presentation of the findings will be required at two venues to be determined.

EvaluationRefer to FAR 52.212-02 below.

DeliverablesThe contractor shall deliver a detailed written evaluation of the existing environment, detailing all findings and including recommendations for mitigation. Recommendations shall include specific short term and long measures to reduce SEAT incidents/accidents and pilot non compliance.

The final report shall be delivered to the National Interagency Fire Center, Bureau of Land Management, 3833 South Development Avenue, Boise, ID 83705 by November 1, 2009. Final acceptance shall be the responsibility of the Contracting Officer (CO).

The following provisions and clauses apply to this procurement: FAR 52.212-02 EVALUATION-COMMERCIAL ITEMS (Technical Proposal and Past Performance shall equal Price) TECHNICAL PROPOSAL: Describe how your company would achieve the requirements of this solicitation including: 1) Time frames to accomplish project; 2) Methodology for data collection (i.e. interviews, surveys); 3) List of company personnel to be dedicated to the project as well as: a) Experience/knowledge and number of personnel; b) resumes of dedicated project key personnel; and c) Who would be the Project Lead. Technical Proposals shall be limited to 25 pages. PAST PERFORMANCE: Offeror shall provide: 1) Company history and structure; 2) Past experience in evaluating Human Factors for large organizations involved in Aviation and/or Wildland Fire Suppression; 3) Documentation of prior of prior assessments (i.e. published articles) 4) Company/organization names, name of contact person and telephone number for at least three (3) contracts performed within the last three years with requirements for similar work. Past performance can be based on the Contracting Officer's knowledge, contactor provided references, and other reasonable sources). FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (para (b) following clauses apply: FAR 52.219-28; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-50; FAR 52.232-33; para (c) following clauses apply: FAR 52.222-41; FAR 52.222-42; FAR 52.222-44); FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATION; FAR 52.222-49 Service Contract Act-Place of Performance Unknown. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer.

Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or a completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on a SF 1449 or on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the price, and any prompt payment discount terms. Quotes shall be received by February 11, 2008, 4:30pm MST at the Bureau of Land Management, National Interagency Fire Center, 3833 South Development Avenue, Boise, ID 83705-5354. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
:
L FA-NTL INTRAGCY FIRE CTR(FA250)3833 S. DEVELOPMENT AVE.BOISEID83705US
:
Colson, Kathleen M 208-387-5545, kcolson@blm.gov

Colson, Kathleen M