SOURCES SOUGHT
U -- 24 SOW MFF
- Notice Date
- 11/2/2020 8:48:55 AM
- Notice Type
- Sources Sought
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- 24 SOW HURLBURT FIELD FL 32544 USA
- ZIP Code
- 32544
- Solicitation Number
- H92429-21-R-0MFF
- Response Due
- 11/12/2020 10:00:00 AM
- Archive Date
- 11/27/2020
- Point of Contact
- Jaime M. Collins, Phone: 8508846007, William Lawson, Phone: 8508840732
- E-Mail Address
-
jaime.collins.2@us.af.mil, William.Lawson.12@us.af.mil
(jaime.collins.2@us.af.mil, William.Lawson.12@us.af.mil)
- Description
- This announcement constitutes a Sources Sought Synopsis (market survey). This is not a request for quote (RFQ) or a request for proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Government will not pay for any cost incurred in responding to this announcement. Any information submitted by respondents to this Sources Sought synopsis shall be voluntary. This Sources Sought Notice is for Market Research purposes only. The information submitted in response to the Sources Sought Notice will not be utilized to determine vendor standing in any future/potential Request for Quote/Request for Proposal, nor will it be utilized to determine if a vendor is qualified to submit a Request for Quote/Request for Proposal for any future/potential requirement. The notice and the information received shall not be used to determine how well respondents can perform a requirement, which can only be evaluated in response to a solicitation. Vendors will not receive formal notification or feedback on any information submitted in this Sources Sought request. All future/proposed submissions/solicitations requirements solicited on a Government Point of Entry will be evaluated independent of any information submitted in response to this Sources Sought Notice. No vendor will be provided information on solicitations issued on a Government Point of Entry based on this Sources Sought request. This Sources Sought Notice is relative to the NAICS code 611699. The Small Business size standard for this NAICS code is $11,000,000. Large and Small Businesses are invited to answer this market survey to determine market capabilities. Hurlburt Field, FL, is conducting market research to determine the existence of potential sources to provide Military Free Fall (MFF) High Altitude High Opening (HAHO)/High Altitude Low Opening (HALO) services. The potential requirement will consist of the contractor providing all of the following qualifications/requirements for one of the below listed services: MFF HAHO/HALO Services: Instructor Qualifications: �All instructors shall be a current United Parachute Association (USPA) certified Accelerated Free Fall Instructors (AFF-I) to include a minimum of two thousand (2000) logged jumps teaching canopy control and deployment of Bottom of Container (BOC).� Instructors shall be camera qualified to support filming of the canopy control course (CCC) and BOC transitions for each course.� Vertical Wind Instructors (VWT) shall be familiar with MFF flight characteristics and must have a minimum of one (1) year conducting VWT military coaching.� Rigger Qualifications:� All FAA certified rigging support shall meet the requirements specified in the USDOT Federal Administration Guide AC 65-5B FAR Part 65, sections 65.113 and 65.115 certification rating criteria Senior or Master Parachute Rigger trained on that particular parachute systems. Aircraft Operator Qualifications:� All aircraft operators shall have minimum two (2) years� experience with military jump operations.� All aircrew shall be U.S. Citizens Facility Requirements: �Contractor�s chosen location shall be within Arizona, California, Texas or New Mexico and shall be a military surveyed drop zone, and shall provide all of the consolidated resources (personnel, materials, facilities, drop zones, and training areas) to enhance the MFF skills of the personnel being trained.� The contractor�s chosen location shall also possess restrooms on site and available lodging options for personnel within 50 miles of training location.� The Contractor�s chosen location shall provide a climate controlled storage facility for storage of parachute systems, O2 consoles, O2 bottles, booster pump and rigger bench stock; location shall also able to accommodate at least twenty-four (24) personnel. Aircraft Requirements:� Contractor shall provide a CASA 212 aircraft, or aircraft of comparable capability, and aircrew to support MFF Proficiency Training. The aircraft shall be capable of six (6) lifts minimum per day to an altitude not less than 5,500 feet Above Ground Level (AGL), and not to exceed an altitude of 19,999 feet AGL. Aircraft must be configured for day and night MFF operations. There shall be intercom communications between aircrew and jumpmaster. The contractor shall be a DoD approved commercial operator to include aircraft certifications and licenses, Part 135 SOF J3 certified in accordance with DoDI 4500.53, and USSOCOM Directive 350-8 or equivalent directive as updated. Vertical Wind Tunnel (VWT) Requirements:� Contractor�s VWT shall be able 14� in diameter or greater, able to support multiple personnel and equipment up to 400 pounds.� The VWT shall be located at the drop zone or shall be within 60 miles of the drop zone, and if substituting VWT with an alternate drop zone, the alternate drop zone location shall be within one and a half (1.5) hour travel to destination of which travel to and from location shall be responsibility of the contractor. NOTE: Please submit electronic response indicating capability to supply the aforementioned item(s) via line card or published description (no more than 3 pages) as well as POC (name, telephone # and email address) along with contractor's CAGE, DUNS, and the physical location of your facility to the individuals listed within this notice. All work shall be performed at the contractor's facility. This request may not directly lead to a Request for Quotation/Proposal. Deadline for submission is 1:00 p.m. EST, 12 November 2020. Required Information: Any interested party who can offer all of the above may submit electronic reply addressing each of the above items. Response deadline: 1:00 p.m. EST, 12 November 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bcb5e19fef2e493f9324aee0830e2888/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05844088-F 20201104/201102230148 (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 |