Procurement of Commercial Fixed Wing Services to facilitate Military Parachute Training (MPT) USA

A Tender Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
USD11M-USD15M
Sector
TRANSPORT
Published
05 Jun 2023
Delivery
To 08 Jul 2028 (est.)
Deadline
04 Aug 2023 00:00

Concepts

Location

Southwest United States of America

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Authority intends to contract for commercial fixed-wing aircraft services to conduct Freefall Military Parachute Training (MPT). The Authority requires annual periodic access to recognised High Altitude Para (HAP) aircraft, type rated and suitably qualified aircrew, access to parachute equipment and qualified Parachute Jump Instructors combining with military instructors as a hybrid solution. The service will be Southwest USA based MPT across an altitude range of between 2,500 ft to 20,000 ft Pressure Altitude (PA). The Authority envisages a five year availability service with three, one-year contract options thereafter. Quantity or scope: The aircraft type should be a recognised High Altitude Para (HAP) aircraft able to carry a minimum of 12 x parachutists with full kit with the ability to air despatch Freefall parachutists and facilitate an oxygen (O2) capability for HAP. The contractor will be required to provide suitably qualified personnel to despatch parachutists from the aircraft when UK Military Parachute Jump Instructors (PJIs) are not available. Parachuting is to be conducted from the aircraft tailgate ramp. The parachuting platform should be cleared to operate in the USA by day and night from multiple locations within proximity of identified and cleared drop zones and training areas. The Authority envisages a five year availability service with three, one-year contract options thereafter. The service is forecast to commence from Summer 2024 with the contractor meeting US FAA regulations as appropriate, and providing a MPT platform with type rated aircrew, engineers, and fire & crash cover able to maintain and sustain the operation. An initial Aircraft Flying Time of 300hrs per year (with a surge capability if required by the Authority) is anticipated via 3 x operating windows of 2/3 weeks each, currently forecast for July and January with a flexi-window. Note the Estimated Value of Requirement is inclusive of option years. A Cyber Risk Assessment has been conducted for this requirement to ascertain the level of Cyber Risk present. The result of the assessment is that a Cyber Risk level of ‘Very Low’ exists and therefore successful respondents invited to the ITT will need to hold a Cyber Essentials Plus certificate and undertake a Cyber Risk Assessment on their proposed supply chain. Respondents can verify their readiness to comply with opportunities bearing this Cyber Risk Level by completing a Cyber Risk Assessment using RAR Code: 334690451. Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication AQAP 2310.

CPV Codes

  • 60444100 - Pilot services

Indicators

  • This is a one-off contract (no recurrence)
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications This contract opportunity is published on the Defence Sourcing Portal, Find a Tender and Contracts Finder. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The deadline for submitting your response(s) is detailed within this contract notice. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties, please contact the DSP Supplier Helpdesk by emailing customersupport@jaggaer.com

Reference

Domains