SOURCES SOUGHT
U -- Military Free Fall Training
- Notice Date
- 12/11/2017
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-18-RFI-1219
- Point of Contact
- Constance Kim, Phone: 407-384-5516, Jessica L. Ely, Phone: 3016198457
- E-Mail Address
-
constance.kim2.civ@mail.mil, jessica.l.ely.civ@mail.mil
(constance.kim2.civ@mail.mil, jessica.l.ely.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY REQUEST- MILITARY FREE FALL TRAINING THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for planning purposes, as defined in Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation for proposals, proposal abstracts, or quotations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for information and materials received in response to this RFI and is no way obligated by the information received. There is no bid package or solicitation document associated with this announcement. This notice is for market research purposes only, to obtain information regarding (1) the availability and capability of all qualified performer sources, (2) including small businesses; HUB Zone small businesses; service-disabled small businesses; veteran-owned small businesses; woman-owned small businesses; small disadvantaged businesses; and universities and educational institutions, (3) their size classification relative to the North American Industry Classification System (NAICS) Code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method for Military Free Fall Training. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement. Interested parties must provide detailed capability statements with supporting past performance documentation demonstrating a capacity to fulfill the following requirements: Requirement. Military Free Fall training for 8 hours each work day at various places located throughout the Continental United States, as selected by the Government 90 days prior to a training execution (Prior training locations have been at Deland, Florida; Colorado Springs, Colorado; Eloy, Arizona- the locations are unknown and the historical locations is for information only). Training sessions are expected to be conducted in two week blocks of instruction to include weekends. Vertical wind tunnel estimated between 50 - 140 hours. The contractor shall provide facilities that are capable to conduct vertical wind tunnel training. The contractor facilities must meet the minimum criteria: a. Facilities must allow military instructors to provide coaching and instruction to students while utilizing the vertical wind tunnel. b. Facilities, by exception, must allow military personnel to use "Tunnel Rigs" in the vertical wind tunnel. Tunnel Rigs are defined as non-functional parachute harnesses that mimic the weight and handling of actual parachute rigs. c. Facilities must hold an International Bodyflight Association (IBA) affiliation. IBA affiliation will allow students to transfer their certifications and flight hours to any wind tunnel facility that is also an IBA member. d. Facilities must provide debriefing rooms with live (streaming) connect video capability and recorded video function to allow students and cadre to watch live/recorded video of students in the vertical wind tunnel. e. Facilities must provide climate controlled classroom space, break room with refrigerators, indoor climate controlled padded parachute packing area, hangar with ramp access area, and full A/V briefing capability with projectors. The contractor shall provide Military Free Fall Instructor support. Hours of support estimated between 800 - 1480 hours. The contractor support must include: a. P rovide video and still photography for both air and ground operations in order to document and aid in briefing and debriefing military personnel. b. Provide air-to-air canopy control and ground coaching. c. Develop a comprehensive training program that includes free fall instruction and vertical and wind tunnel instruction. The contractor must be able to develop a training program that is flexible and can be tailored to the individual jumper's experience level. The contractor shall provide a training course that must include, but is not limited to the following subjects: canopy control (basic and advanced), advanced body flight (freefall and vertical wind tunnel), alpine and high altitude, confined drop zone (DZ) operations, in-air instruction on flying with a still camera and/or video camera, and instruction on filming formations and unusual axis jumps. The contractor shall provide Military Free Fall Rigger support. Hours estimated for rigger support between 800 - 1480 hours. Contractor rigger support must include: a. Packing all parachute systems utilized by military personnel. b. Familiarity with parachute equipment to include: the Spectre 210, Spectre 230, Sabre 2-170, Sabre 2-190, Sabre 2-210, and Sabre 2-230 canopies. Administration: The Government will retain comments and information received in response to this RFI. Proprietary information should be identified as Company Proprietary. Do not use Government security classification markings. All written responses must be received by Close of Business (C.O.B.) on 19 December 2017. Material that is advertisement only in nature is not desired. The Government Contracting Officer for this notice is Ms. Jessica Ely. Responses should be sent by e-mail the following Government Points of Contact (POC): Ms. Constance Kim Ms. Jessica L. Ely Contract Specialist Procurement Contracting Officer ACC-APG Natick Contracting Division ACC-APB Natick Contracting Division constance.kim2.civ@mail.mil jessica.l.ely.civ@mail.mil SUBMITTALS: Interested parties shall respond by specifying if they have a capability that expressly meets the parameters listed above. Documents shall be no more than 15 pages total, electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered. Interested Parties shall provide business size status based upon NAICS code 611430, Professional and Management Development, Small Business Size Standard of $11.0M, and CAGE code as registered at SAM.gov. Interested parties shall submit information in response to this RFI by the Government's requested date of submittal of 19 December 2017 to: constance.kim2.civ@mail.mil and Jessica.l.ely.civ@mail.mil. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Please be advised that Government support contractors WILL have access to any and all information submitted under this requirement. Please provide information on your organization (not counted towards page limitations shown above): 1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and Email Address. 2. DUNS Number and CAGE Code. 3. Confirmation of Current Active Registration in the System for Award Management (SAM) or SAM registration information may be found at the website: https://www.sam.gov/portal/public/SAM. 4. Primary NAICS Code(s) and Business Size (i.e., small/large) PROVISIONS AND CLAUSES: 52.215-3- Request for Information or Solicitation for Planning Purposes Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "Proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: [state purpose]. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/da1f91ce74bf9ac99b2eb58737765e49)
- Record
- SN04763060-W 20171213/171211231437-da1f91ce74bf9ac99b2eb58737765e49 (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 |