SOURCES SOUGHT
U -- Cessna Citation 500 pilot and co-pilot training
- Notice Date
- 1/7/2011
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
- ZIP Code
- 78150-4302
- Solicitation Number
- F3PH310354A001
- Archive Date
- 1/29/2011
- Point of Contact
- Robert J. Walz, Phone: 2106521358
- E-Mail Address
-
robert.walz@randolph.af.mil
(robert.walz@randolph.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: SOURCES SOUGHT SYNOPSIS: This is a request for information only (RFI). This is not a Request For Proposal (RFP), nor is it a Request For Quotation (RFQ). The intent of this Sources Sought is to identify potential qualified businesses. It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. The Air Education and Training Command (AETC), Contracting Squadron, LGCI, is conducting market research to determine the availability and capability of qualified businesses to provide training and technology transfer required by the United States Air Force in support of the Mexican Air Force (MAF) to train 2 personnel including one (1) initial pilot and one (1) initial copilot in support of their Cessna Citation 500 aircraft with a turbojet engine Serial JT15D-1A. Contractor shall provide training at a CONUS facility in accordance with (IAW) objectives provided and duration of each course as set forth in approved course charts. Proposed training will be Contractor, Type 1 Special Training, procured by the Air Education and Training Command and presented under the auspices of the Security Assistance Training Program. All instruction and technical information shall be in the English language. Contractor shall provide bilingual instructors proficient in the area of instruction with a continuous learning plan and shall have skills to train the MAF in the operation of the Cessna Citation 500 aircraft. The contractor shall have no less than three (3) years of military initial entry fixed wing training experience. This training will be at the unclassified level. Contractor shall furnish all training materials, equipment and data required to perform this contract except that which is identified as government furnished equipment/material/data. Equipment shall be serviceable and suitable for its intended purpose. Contractor shall provide or arrange suitable housing for the students during training unless otherwise specified. Contractor shall provide or arrange transportation to and from the airport and daily transportation between the training facility and the student's quarters. Contractor shall provide or arrange transportation for students shopping trips at least once a week on a non-training day (preferably Saturday) to purchase supplies needed to maintain themselves in their hotel/motel or apartment. In order to receive an award from any resultant solicitation, the successful offeror must be Central Contractor Registered (CCR). The CCR website is: http://www.ccr.gov/. The successful offeror must also have an active Online Representation and Certification Application (ORCA). The ORCA website is: http://orca.bpn.gov/. The information provided will be used for planning purposes only. The North American Industry Classification System (NAICS) Code is 611512, and the size standard is $25.5M. Interested and qualified sources are requested to provide a statement of current capability and past performance information. Sources must demonstrate technical experience on similar acquisitions, specifically addressing the requirements specified in this synopsis and demonstrate the ability to obtain the resources necessary to successfully compete for this requirement. Interested and qualified sources are requested to provide the following information: 1) Company name, point of contact, email address, telephone and facsimile numbers, and type and business size, business (e.g. large business, small business, service-disabled, HUB Zone, 8(a), etc.). 2) List of services able to provide. All information submitted is at the offeror's own expense. The Government will not reimburse respondents for any cost associated with submission of capability statements in connection with this market survey. Respondents will not be contacted regarding their submission of information or information gathered as a result of this notice. Any information provided is voluntary. All interested sources may submit a response via email to Robert Walz, Contract Specialist at robert.walz@randolph.af.mil and are due no later than 4:00 P.M. (Central Standard Time). January 14, 2011. No telephone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/F3PH310354A001/listing.html)
- Record
- SN02356798-W 20110109/110107234546-86a8cc720c5311a47901c5efa28ddfd9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |