SOURCES SOUGHT
U -- Request For Information (RFI) for commercial vendor capabilities to provide continuous scheduled training respective to the U. S. Coast Guard HC-130J, HC-144 & HC-27J Loadmaster Training
- Notice Date
- 4/12/2023 2:29:23 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
- 70Z023-USCG-RFI-230000146
- Response Due
- 4/26/2023 10:00:00 AM
- Point of Contact
- Karen Marshall (Contract Specialist), Phone: 7573666587, Clenton Shanks (Contracting Officer), Phone: 7575274542
- E-Mail Address
-
Karen.M.Marshall@uscg.mil, Clenton.A.Shanks@uscg.mil
(Karen.M.Marshall@uscg.mil, Clenton.A.Shanks@uscg.mil)
- Description
- Request For Information (RFI) for commercial vendor capabilities to provide continuous scheduled training respective to the U. S. Coast Guard HC-130J, HC-144 & HC-27J Loadmaster Training - Description This is a RFI as defined in FAR 15.201(e) has been issued in order to identify qualified vendor sources that can provide training support services for the U.S. Coast Guard (USCG), Office of Aviation Forces (CG-711).� Specifically, the Contractor will be required to provide a series of courses designed to provide USCG personnel, HC-130J, HC-144 & HC-27J Loadmaster training.� Courses shall include the Ground Phases for the following: Loadmaster Training (HC-130J, HC-27J & HC-144). The Contractor shall provide up to 5 training classes to teach up to 40 loadmasters per year.� Class size will be between two and eight students per class.� The length of class shall not exceed 10 school days. Classes shall be scheduled on a 40 to 50 hour work week basis; eight to ten hours per day, five to six workdays per week. The class shall consist of at least 60 hours of classroom instruction but no more than 100 hours of academic ground school and practical instruction.� This acquisition is anticipated to be conducted in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services. In accordance with FAR 52.215-3, this RFI is issued solely for information and planning purposes. Further, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any goods or services whatsoever. Further, the United States Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are reminded that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Vendors that do not respond to this RFI will not preclude their participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement. The applicable North American Industry Classification System (NAICS) code for this requirement is 611512 � Aviation Schools� 2.0 � Background The USCG requires a cost-effective course to ensure loadmasters are current in required training for certification purposes.� All training will be based on, and in accordance with current USCG flight manuals and directives.� The courses will incorporate classroom, computer-based training aids and practical training in the appropriate USCG aircraft configuration(s).� Upon completion of the course, the student must be able to progress to follow-on flight training in their designated aircraft. 3.0 � Questions to Industry a. Can the vendor provide Proof of performance that they have conducted the required series of courses designed to provide USCG personnel, HC-130J, HC-144 & HC-27J Loadmaster training. b. Does the vendor currently function with needed equipment to provide training, or will it need to be developed? c. Can the vendor support student throughput onsite or will a site need to be built to support up to 5 training classes to teach up to 40 loadmasters per year, and class size will be between two and eight students per class?� 4.0 � Instructions The following Business Unit Information must be provided in the response documentation: QUALIFICATION INFORMATION: a. Company Name: b. Address: c. CAGE Code: d. DUNS number: e. Point of Contract/Phone Number: f. E-mail Address: g. Company Size (number of personnel, total revenue, ownership, Parent Corporation, etc.) h. NAICS Code: i. Length of time in business: j. Answers to all Questions from section 3.0 5.0 � Additional Instructions Responses and questions regarding this announcement shall be submitted to the contracts specialist, Ms. Karen Marshall in writing by e-mail at Karen.M.Marshall@uscg.mil and carbon copy to the contracting officer, Mr. Clenton Shanks at Clenton.A.Shanks@uscg.mil. Responses shall be received no later than 1:00 PM Eastern Standard Time (EST) on Wednesday, April 26, 2023. Verbal questions will NOT be accepted. Questions will only be answered via e-mail; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after the 15 days of the publication date of this RFI will be answered. This Request for Information does not constitute an RFP. Your response to this notice in any form are not offers. Issuance of this RFI notice does not obligate the government in any way to issue a solicitation or to award a contract in furtherance of the objectives discussed herein. At this time there are no funds available to pay for preparing responses to this notice. The government reserves the right to review and use the data received from this RFI notice at its own discretion. All interested parties must register in the Systems for Award Management (SAM) website at https://sam.gov to be eligible for award of government contracts.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/368b540c14db4cb8960fdd55e3d82e17/view)
- Record
- SN06649028-F 20230414/230412230113 (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 |