Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2022 SAM #7371
SOURCES SOUGHT

99 -- Federal Aviation Administration (FAA) approved Course of Instruction (COI)

Notice Date
2/3/2022 2:17:20 PM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
NAVAL SPECIAL WARFARE COMMAND SAN DIEGO CA 92155-5583 USA
 
ZIP Code
92155-5583
 
Solicitation Number
N0007422RC00VJ4
 
Response Due
2/12/2022 12:00:00 PM
 
Point of Contact
Matthew J. Morelewski, Phone: 7573751953
 
E-Mail Address
matthew.morelewski@socom.mil
(matthew.morelewski@socom.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
�Request for Information (RFI) (Market Survey) for a Federal Aviation Administration (FAA) Approved Course of Instruction (COI) in support of Naval Special Warfare Command (NSWC). 1. INTRODUCTION: This Market Survey is issued for the purpose of determining industry capabilities to meet a potential requirement for a FAA approved COI. The Government anticipates a total period of performance of five years consisting of a twelve (12) month base period four twelve (12) month option periods. �Pricing is anticipated to be on a firm-fixed price basis. �All firms having the capabilities to perform the tasking described in this RFI are encouraged to respond. The Government, in the below paragraphs, will provide general information relating to required content of RFI submission. The RFI submission content shall be limited solely to the ability of your firm to meet the Government�s requirements and based on the information provided. Submission of marketing material shall not be included under RFI submission and will not be considered. Submissions are limited to a total of ten (10) pages. A one page cover letter and one page table of contents is permitted and will not be counted against the ten (10) page aggregate limit. 2. GENERAL REQUIREMENT: Naval Special Warfare Command (NSWC) requires a Federal Aviation Administration (FAA) approved (CFR Part 141) Course of Instruction that will prepare students to obtain the FAA Certificate of Authorization (COA), Private Pilot Knowledge Certification and provides in-flight experience of congested CONUS controlled airspace.� Training shall be conducted at the contractor�s facility. 3. SUBMISSION REQUIREMENTS: Responses shall be prepared so that when printed, they meet the following requirements: 8.5 x 11inch paper, single-spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Respondents are responsible for ensuring the legibility of all tables, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. Responses shall include the following sections: (I) Corporate Description and (II) Corporate Capability as described below: �Section I: Corporate Description � ����� (1) Name and address of firm; ����� (2) Two points of contact, including: Name, title, phone, and e-mail address; ����� (3) CAGE Code and DUNS Number; ����� (4) Business Size under proposed North American Industry Classification System � 611512, Flight Training (* Entities submitting a response to this RFI are permitted to provide feedback relating to the proposed Government�s NAICS selection. If your firm believes an alternate NAICS code is appropriate, please propose an alternate NAICS and provide information supporting why your firm believes the alternate NAICS is appropriate). �Section II: Corporate Capability and Experience ����� (1) Please ensure that your firm addresses their technical and management approach to providing the following specific capabilities: ����� a. The contractor shall provide a five (5) to ten (10) day, forty (40) hour FAA approved, CFR Part 141 compliant, COI for up to fourteen (14) personnel.� The COI shall provide students with the necessary tools and knowledge to take and pass the FAA �Private Pilot Knowledge Test�.� ����������� ����� b. The COI will include the following: - Applicable Federal Aviation Regulations pertaining to Private Pilot privileges, limitations and flight operations, accident reporting requirements of the National Transportation Safety Board (NTSB). -Use of the Federal Aviation Administration/Aeronautical Information Manual (FAR/AIM) and FAA advisory circulars. - Use of aeronautical charts for VFR navigation using pilotage, dead reckoning and electronic navigation systems. - Radio communication procedures, recognition of critical weather phenomena from the ground and in flight, wind shear avoidance and the procurement and use of aeronautical weather reports and forecast. - Safe and efficient operation of aircraft, including collision avoidance and recognition and avoidance of wake turbulence. - Effects of density altitude on aircraft performance. - Weight and balance computations. - Principles of aerodynamics, power plants and aircraft systems. - Stall awareness, spin entry, spins and spin recovery techniques. - Aeronautical decision making and judgement. - How to plan for alternatives if the planned flight cannot be completed or delays are encountered. -Preflight actions to include:� ����������� -How to obtain information on runway lengths at airports of intended use. ����������� - Data on takeoff and landing distances ����������� - Weather reports and forecasts ����������� - Fuel requirements - Up to fourteen (14) hours of Dual Flight Instruction in C-172 (G1000) or similar aircraft ����������� - Flight instruction shall include briefing and debriefing ����������� - A minimum of three (3) aircraft to be available during flight instruction portion. - Maintenance must be readily available at the airfield to ensure requisite flight hours are executed within one week after Ground School instruction. c. Unless the contractor determines otherwise, training manuals/books/charts are not required for the classroom portion of the course.� ����������� ����� (2) Respondents shall provide a summary of two references where FAA training and support services were provided. The purpose of this portion of the RFI submission is to demonstrate the respondent�s capability corresponding to the technical tasking, relevant experience, and past performance on similar efforts that have occurred within the past five years of issuance of this RFI for similar services.� References shall contain points of contact with contact information for each submitted reference. RFI will be used to determine whether or not two or more small businesses can provide services contemplated.� References should be recent and relevant. Recent and relevant are considered references involving providing of FAA training and support services conducted within five (5) years of this issued RFI. 4. �Submission. Respondents shall submit any other information they believe is relevant to the Government�s described effort. Additional information is subject to the aggregate page limitation of ten (10) pages. Responses to this RFI shall be submitted to Matthew Morelewski, N01C, via email at matthew.morelewski@socom.mil: a. Questions shall be submitted no later than 1200PM Pacific Time, Thursday, 10 February 2022: b. The closing time for this RFI is 1200PM Pacific Time, Friday, 14 February 2022. Questions received after the due date and time for questions will not be addressed. This is an RFI only. This is not a solicitation, nor does it guarantee a solicitation will be issued. Requests for a solicitation will not receive a response. Any information submitted in response to this RFI is strictly voluntary. The Government will neither award a contract solely based on this RFI, nor pay for any information submitted by respondents. This RFI is a request by the Government to collect information from interested vendors for the purpose of market research. Failing to provide a response to this RFI will not prohibit/exclude an interested vendor from participating in a future solicitation. This RFI does not constitute a commitment, implied or otherwise, that a procurement action will be issued. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable Government regulations. 5. Point of contact for this RFI is Matthew Morelewski, Contracting Officer, matthew.morelewski@socom.mil, 757-375-1953.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25330d3d37414364ba36e632485a29ea/view)
 
Record
SN06233069-F 20220205/220203230104 (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.