Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2018 FBO #5887
SOURCES SOUGHT

U -- AFICA C-37A/B (Gulfstream V & 550) Pilot and Flight Engineer Training - Draft PWS

Notice Date
1/3/2018
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-19-Q-C37AB-SIM
 
Point of Contact
Harold E. Fry, Phone: 6182569950, Sarah C. Myers, Phone: 618-256-9948
 
E-Mail Address
harold.fry@us.af.mil, sarah.myers.3@us.af.mil
(harold.fry@us.af.mil, sarah.myers.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Gulfstream PWS SOURCES SOUGHT ANNOUNCEMENT The 763d Contracting Squadron (763 SCONS) is seeking sources for the contemplated follow-on contract to provide C-37A/B (Gulfstream V & 550) Pilot and Flight Engineer Training for Headquarters Air Mobility Command, Directorate of Operations, Operations Training Division (HQ AMC/A3T). CONTRACTING OFFICE ADDRESS: 763d Specialized Contracting Squadron 604 Tyler St. BLDG 3189 Scott AFB, IL 62225-5022 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of any business, large or small (including the following subsets: Small Disadvantaged Businesses, HUBZone Small Businesses Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman-Owned Small Businesses) to provide the required products and or services. The 763 SCONS is seeking market information for potential sources capable of providing training which includes classroom and simulator training for the following courses: Initial, Refresher, Academic, and Simulator Training, as well as a variety of technical courses for USAF flight crews operating Gulfstream series aircraft. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITIED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: This requirement is a potential follow-on to Contract FA4452-14-D-0003, currently being performed by FlightSafety International, Inc. Contract FA4452-14-D-0003 is a commercial, firm fixed price (FFP) contract. The Government is contemplating use of Firm Fixed-Price CLINs, however, as no acquisition plan has been approved, the procurement strategy is subject to change. Additionally, there is currently no timeframe for potential RFP release. Should a future requirement evolve from this preliminary planning process, it is anticipated the period of performance will be a one-year base period, with up to four one-year option periods. The estimated start date is 1 Oct 19. DESCRIPTION: The 763 SCONS is seeking market information for potential sources with the capability to develop and provide training which includes classroom and simulator training for the following courses: Initial, Refresher, Academic, and Simulator Training, as well as a variety of technical courses for USAF flight crews operating Gulfstream series aircraft. Training shall be conducted at the contractor's facility in a Federal Aviation Administration (FAA) approved training center by FAA approved instructors. To be considered qualified, each contractor must possess an applicable training program approved under 14 Code of Federal Regulation (CFR) Part 135, or training courses approved under 14 CFR Part 142 or equivalent. At a minimum, the contractor shall furnish onsite, an FAA Certified Level C or better fully operational Flight Simulator appropriate to the Gulfstream aircraft model training being conducted. The USAF C-37A and C-37B simulators must also be capable of CAT II Instrument Landing System approaches, or better. REQUIRED CAPABILITIES: Requirements are described in the attached Draft Performance Work Statement (PWS) and actual tasks may change prior to solicitation. Capability information should include a brief description of experience in providing requirements similar to those described in the attached Draft PWS and at a minimum should include: (A) Examples of your company's experience in providing onsite, FAA Certified Level C or better, fully operational Flight Simulator appropriate to the Gulfstream aircraft model training being conducted. The USAF C-37A and C-37B simulators must also be capable of CAT II Instrument Landing System approaches, or better. (B) Examples of your company's experience developing tailored training programs to meet USAF requirements utilizing training resources and facilities located in the Continental United States. (C) If your business is classified as a small business, provide a brief statement of how your organization can provide a minimum of 50 percent of the work. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). The capability package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. Capability packages should be limited to no more than ten pages. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) code for this requirement is 611512, Flight Training. This U.S. industry comprises establishments primarily engaged in offering aviation and flight training. These establishments may offer vocational training, recreational training, or both. The small business size is $27.5M in average annual receipts. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). OTHER INFORMATION To assist 763 SCONS in making a determination regarding the level of participation by small business on any subsequent procurement that may result from this sources sought, you are encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirement areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service-Disabled-Veteran Owned Small Businesses, Women -Owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Business Size and (Type of Small Business if applicable); 4) Cage Code; 5) DUNS Number; 6) Contract vehicles that would be available to the Government for the procurement of the products and services, to include ENCORE II, General Service Administration (GSA), GSA Mission Oriented Business Integrated Services (MOBIS), National Institutes of Health {NIH), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), Federal Supply Schedules (FSS), or any other Government agency contract vehicle. This information is for market research only and does not preclude your company from responding to this notice. 7) Interested businesses should submit a brief capabilities statement package (no more than ten pages) demonstrating ability to provide the required simulator configurations and perform the services listed in the attached PWS. Documentation should be in bullet format. 8) Any comments/concerns in regards to draft PWS. Vendors who wish to respond to this announcement should send responses via email no later than 4:00 PM Central Standard Time (CST) on 5 Feb 18 to harold.fry@us.af.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-19-Q-C37AB-SIM/listing.html)
 
Place of Performance
Address: To be determined (located in the Continental United States)., United States
 
Record
SN04779699-W 20180105/180103230845-65c56c27b88f0cdca56af304c206f042 (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.