Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2022 SAM #7600
SOURCES SOUGHT

U -- GV & G550 Initial, Recurrent, and Maintenance Flight Training

Notice Date
9/19/2022 12:07:43 PM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02322R71100001
 
Response Due
10/6/2022 11:00:00 AM
 
Point of Contact
Jamison Harned, Phone: 7574137492, Clenton Shanks, Phone: 7575274542
 
E-Mail Address
jamison.w.harned@uscg.mil, Clenton.A.Shanks@uscg.mil
(jamison.w.harned@uscg.mil, Clenton.A.Shanks@uscg.mil)
 
Description
70Z02322R71100001; Request for Information (RFI);�GV & G550 Initial, Recurrent, and Maintenance Flight Training Purpose: The U.S. Coast Guard (USCG) is issuing this Request For Information (RFI) for market research purposes to identify contractor(s) to provide Initial, Recurrent, and Maintenance training services for its pilots, aircrew, and mechanics operating or maintaining the Gulfstream V (GV) and Gulfstream 550 (G550) aircraft. The USCG operates the GV and G550 aircraft as its principle long range command and control transportation medium. Due to the aircrafts� advanced systems and flight characteristics, it is imperative that pilots, aircrew, and mechanics receive the knowledge, skills and abilities to efficiently and safely operate the GV and G550 aircraft. The USCG is soliciting for training courses pertaining to these areas: GV Pilot Initial, GV Pilot Recurrent, GV Flight Engineer Recurrent, GV Avionics Pre-Course, GV International�Procedures Initial, GV International Procedures Recurrent, GV 4-Hour Simulator Training, GV�Corporate Cabin Attendant Initial, GV Basic Maintenance Initial, GV Basic Avionics, GV Large�Cabin Connectivity, GV Advanced Troubleshooting, GV Maintenance Update, GV�Familiarization, GV Operational Maintenance Procedures, G550 Aero IT Maintenance, G550�Basic Maintenance Initial, G550 Basic Avionics, G550 Advanced Troubleshooting, G550�Maintenance Update, G550 Corporate Cabin Attendant Initial, G550 Familiarization, G550�Engine Run and Taxi, G550 Avionics Pre-Course, G550 Pilot Initial with GV Differences, G550�Pilot Recurrent, G550 Flight Engineer Recurrent, G550 Full Emergency Vision Assurance�System (EVAS) Pilot, G550 Required Navigation Performance Authorization Required (RNPAR) Pilot Initial, G550 Required Navigation Performance Authorization Required (RNP AR) Pilot Recurrent, G550 Category (CAT) II Initial, G550 Category (CAT) II Recurrent, G550�International Procedures Line Oriented Flight Training (LOFT) Initial, G550 Advanced Energy�Management, G550 Advanced Rejected Takeoff Go/No-Go Initial, G550 Advanced Upset�Prevention & Recovery Training (UPRT) Initial, G550 Advanced Crew Resource Management�(CRM)/Human Factors LOFT, G550 Automatic Dependent Surveillance-Broadcast (ADS-B), G550 Control Pilot Data Link Communication (CPDLC and CPDLC iFlightDeck), and G550 4-Hour Simulator Training. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 611512 Flight Training Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned.� After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the SAM.Gov or distributed to contract holders if a strategically-sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Request: If your organization provides flight services in a similar or comparable manner, or wish to provide the USCG with additional market alternatives, we request that you provide the following information: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. Submission Instructions: Interested parties are invited to submit a response to the above questions by October 5, 2022 at 3:00 pm. All responses and questions regarding this RFI must be emailed to Mr. Jamison Harned at Jamison.W.Harned@uscg.mil and Mr. Clenton Shanks at Clenton.A.Shanks@uscg.mil. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf99842c411d4cf1803a12c269111034/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06471247-F 20220921/220919230122 (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.