Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
SOURCES SOUGHT

U -- MARKET SURVEY/CAPABILITY ASSESSMENT FOR --FAA FLIGHT PROGRAM 14 CFR 135 TRAINING DEVELOPMENT AND MAINTENANCE

Notice Date
5/29/2020 12:21:37 PM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
1515
 
Response Due
6/12/2020 3:00:00 PM
 
Archive Date
06/27/2020
 
Point of Contact
Gilbert Park
 
E-Mail Address
gilbert.n.park@faa.gov
(gilbert.n.park@faa.gov)
 
Description
The FAA Flight Program Operations Aircrew Training group has new a requirement for FAA Pilot Training development and maintenance that meets the intent of the 14 CFR 135.329 (a) thru (c).� This will encompass both initial and recurrent training. �Contractual services are anticipated to be conducted for the FAA from 10/1/2020 � 9/30/2025 This market survey should identify qualified and capable sources that can provide the services described in the attached Performance Work Statement. The draft Performance Work Statement (PWS), is provided as an attachment to this market survey to inform and assist interested vendors with regard to the work required. However, interested respondents are cautioned that the Government at its discretion may update and or revise this PWS for any potential contract or request for proposal. At this time, the acquisition strategy and nature of competition has not been determined for any potential contract. The Government welcomes statements of interest and capabilities from all businesses, which are capable of providing the required items/services. However, contract performance has historically been performed by a large business.� Depending on responses to this survey and analysis of market research collected, the Government may, at its discretion, decide to pursue a full and open competition or set-aside all or part of the procurement. THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. A SIR/Request for Offer may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. Therefore any cost associated with a market survey submission is solely at the interested vendor�s expense. The principle North American Industry Classification System (NAICS) code for this effort is 611512, Flight Training with a size standard of $30 million. The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors, in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. This market survey will enable the FAA to review responses that are current and will assist with acquisition planning based on current data. The responses to this market survey will be used for informational purposes only. HOW TO RESPOND TO THIS MARKET SURVEY: Interested vendors should submit the items listed below to the point of contact listed at the bottom of this announcement. Capability Statement: This document is limited to not more than ten (10) pages and must include a brief description of the services provided by your firm which are same/similar to those services outlined in this market survey and same/similar to the draft PWS attached at the bottom of this survey. Your capability statement should also include your company name, address, point of contact information, contractor size and NAICS code. You will also need to provide the geographical areas where your company can perform this work.� Below is a listing of elements the Government expects to see in a capability statement for this effort: Describe your capabilities and/or plan to provide the tasks and services in the PWS. Provide examples of past performance and experience during the previous five years in the same/similar field. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned� and 8(a) certified businesses. Rough Order of Magnitude (ROM): This document is limited to not more than two (2) pages. Please provide a rough order of magnitude (ROM) associated with the solution being offered. This is an estimate for budgetary purposes only. The ROM shall be broken out by the following: 1. Development, revision, production, maintenance, and delivering existing FAA course 2. Utilize contractor commercial-off-the-shelf (COTS) training with or without minimal customization 3. Leverage existing contractor COTS training and customize it with existing course, FAA policies, guidance, procedures, case studies Please ensure that the ROM is provided for in $US dollars. Questions or Concerns about the PWS and attachments: This document is not limited in pages.� This document is to provide the FAA with a better understanding of industry standards and concerns that industry has with the draft PWS.� We would like you to address each question below but also encourage any comments in order to ensure a smoother procurement process. Responses to this market survey must be received by 5:00 P.M. CST, June 12, 2020. Please include �MARKET SURVEY RESPONSE: 14 CFR 135 Training Development and Maintenance� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER. CONTACT INFORMATION IS PROVIDED BELOW. Submissions should be sent via email to the following point of contact: Gilbert Park Gilbert.n.park@faa.gov Attachments DRAFT Performance work statement (PWS).� Respondents are encouraged to review the performance work statement and provide comments.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ac1399f09e1b4b4393dee43ad23ad59b/view)
 
Record
SN05675068-F 20200531/200529230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.