Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2011 FBO #3612
SOURCES SOUGHT

U -- ARCH ANGEL MILITARY FREE FALL TRAINING - Statement of Work

Notice Date
10/13/2011
 
Notice Type
Sources Sought
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-12-R-ARCH
 
Point of Contact
Valaida J Bradford, Phone: 910 3960560, Umetria Thomas, Phone: 910-432-8598
 
E-Mail Address
bradforv@soc.mil, umetria.thomas@soc.mil
(bradforv@soc.mil, umetria.thomas@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work The United States Army Special Operations Command (USASOC) is seeking to identify all responsible sources capable of providing contract support for Military Free Fall (MFF) Training, High Altitude Low Opening/ High Altitude High Opening (HALO/HAHO) for USASOC, Fort Bragg, North Carolina. This training is required to sustain HALO/HAHO proficiency of the military. These services include training in advanced skills such as Night Vision Goggles (NVGs) and computer aided navigation. It will contribute to safety across the force because Operational Detachment Alphas (ODAs) will receive professional canopy control training. The contractor shall be on the AMC commercial paratroop vendor list for the Department of Defense (DoD) IAW DoD 4500.53 and United States Special Operations Command (USSOCOM) Directive 350-8. The contractor shall also be a DoD approved commercial operator to include aircraft certifications and licenses (Part 135 or Part 91 certified in accordance with DoD 4500.53) in accordance with USSOCOM Directive 350-8. The Government intends to award a firm fixed price contract for a twelve month base period and one additional option year. The required aircraft for this training is the CASA 212, or aircraft of comparable capability and aircrew to support MFF Proficiency Training. The aircraft must be capable of in-flight operations, ramped, and capable of nine (9) lifts minimum per day to an altitude not less than 13,000 feet MSL and not to exceed an altitude of 25,000 feet MSL. Aircrew shall have oxygen systems (portable or permanent). The aircrew shall be knowledgeable in current MFF procedures relating to aircrew and jumpmaster interface/coordination IAW FM 3-05.211 and USSOCOM Directive 350-8. The requested training required includes: aircraft support for a maximum of 40 hours per month, Vertical Wind Tunnel rental/coaching, Canopy Control Instructors and Lodging. This training will be for a 13 day rotation per month for each twelve (12) month performance period. Lodging must be within thirty (30) minutes drive time to the training facility that facilitates easy access, maximizing training time and minimizes travel costs. Facilities must accommodate 50 personnel with 3 individuals to a self-contained room. Minimum of 18 rooms available for 13 days per rotation for the twelve month base year and additional one year option. The Statement of Work is attached for additional specifications of this requirement. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. THIS IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. Interested parties are requested to submit a capabilities statement of no more than four pages that demonstrates the respondent's ability to meet the requirements as specified herein. Please provide name of firm, address, POC, phone/fax number, and email address. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Responses shall be submitted electronically via email to Valaida J. Bradford at bradforv@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile at (910) 432-9345. Due to the intermittent nature of electronic communication, it is the vendor's responsibility to ensure receipt by the Government. All questions must be provided in writing no later than 1:00 pm EST, Thursday, 20 October 2011. All responses shall be submitted by 1:00 p.m. EST on Thursday, 27 October 2011. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-12-R-ARCH/listing.html)
 
Place of Performance
Address: HQ USASOC, FORT BRAGG, North Carolina, 28307, United States
Zip Code: 28307
 
Record
SN02606631-W 20111015/111013234306-14d1d71082c1e89e06691b7e2e5a46f3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.