Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2024 SAM #8370
SOURCES SOUGHT

U -- COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE C-26D AIRCRAFT

Notice Date
10/25/2024 8:12:47 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
2025_CACTC26D
 
Response Due
11/12/2024 1:00:00 PM
 
Archive Date
10/25/2025
 
Point of Contact
Krista Scott, Phone: 4073808158, Virginia Marquez, Phone: 4073804731
 
E-Mail Address
krista.a.scott3.civ@us.navy.mil, virginia.l.marquez.civ@us.navy.mil
(krista.a.scott3.civ@us.navy.mil, virginia.l.marquez.civ@us.navy.mil)
 
Awardee
null
 
Description
COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE C-26D AIRCRAFTINTRODUCTIONThis is a Sources Sought request for vendor information. Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement to support the Navy?s Command Aircraft Crew Training (CACT) program for academic and simulator training on the C-26D ProLine 21 aircraft (a Navy configured Metroliner SA227). This acquisition is necessary to facilitate pilot, maintenance personnel and flight attendant training in the C-26D Fleet. Services being acquired under this contract require use of a Federal Aviation Administration (FAA), Level ?D? (or higher) flight simulator. NAWCTSD, Orlando, FL provides Contracting and Administrative support for all CACT programs. In accordance with this function, NAWCTSD provides a contract vehicle and administrative support for training on the C-26D (Metroliner SA227) aircraft. This requirement is a follow-on procurement; awarded as a Sole Source to Flight Safety International (FSI): contract number: N61340-20-D-0010. The existing contract is a commercial, Firm Fixed Priced (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) Type, due to expire 31 July 2025.The applicable NAICS code for this requirement is 611512 (Flight Training), with a small business size standard of $34.0 million. The Product Service Code is U099 (Education/Training-Other).REQUIRED CAPABILITIESSee attached Draft Performance Work Statement (PWS) for details. NAWCTSD intends to award in accordance with FAR Part 12 ? Acquisition of Commercial Items and FAR Part 13- Simplified Acquisition Procedures. A commercial, Firm-Fixed-Price (FFP) IDIQ contract is anticipated with one base year and four additional one-year option periods for a total of five years. The estimated Request for Proposal release is February 2025. The estimated Award date is June 2025. The results of the Sources Sought will be utilized to determine sources capable of satisfying ALL the required capabilities below. This market research tool is being used to identify potential and eligible Contractors, of all sizes, prior to determining the method of acquisition. The Contractor, and any identified teaming members, must be capable of providing ALL the required capabilities identified below. 1. The contractor shall provide ALL of the following C-26D specific individual courses to include:? C-26D Pilot Initial Training Course? C-26D Pilot Prior Experience Training Course? C-26D Pilot Recurrent Training Course? C-26D Simulator Periods2. The C-26D training courses must be presented at a Title 14 Code of Federal Regulations (CFR) Part 142 certified training center for the Metroliner SA227 aircraft at time of training.3. For all courses, the contractor shall provide: ? All the necessary facilities? Certified instructors? Management personnel? Scheduling and administrative personnel? Materials including Courseware materials needed for each course? Rights for use of materials for this contracted training, training devices and simulators4. The 26D CACT program training courses require classroom (academic and practical) training, a Cockpit Familiarization Trainer (CFT) that depicts all cockpit systems, a Part Task Trainer (PTT) for aircraft system training with trainee input and trainer response capability and FAA certified level C (or higher) simulator for the Metroliner SA227DC. In lieu of the CFT or PTT, a higher order device may be used.5. All training courses shall be stand-alone in that no contractor pre-arrival training requirements of the trainee will be allowed. (This does not apply to eLearning courses) 6. Courses may be existing commercial-off-the-shelf (COTS) training courses modified to meet specific requirements described in this Sources Sought notice.7. All training courses shall be taught in compliance with the C-26D model manager(s) approved training syllabi.8. The contractor will be required to submit a training syllabus for each course for government approval.ADDITIONAL INFORMATION 1. Pilot Initial and Prior Experience course attendees will be designated military aviators.2. C-26D Pilot Recurrent course attendees will be qualified military C-26D Pilot-in-Command or Second Pilot Military Aviators that will have normally completed the C-26D pilot initial course.SOURCES SOUGHT SUBMISSION DETAILS Firms must address the following as appropriate: a. Identify your firm?s CAGE code b. Identify if your firm is considered small under the small business size standard ($34.0M) associated with the chosen NAICS code, 611512 (Flight Training).c. Identify your firm?s socio-economic status (please indicate all that apply: WOSB, EDWOSB, SDVOSB, HUBZone, 8(a)) d. Please address if your firm is interested in participating as a prime or subcontractor. If interested in the prime contractor role, please identify anticipated teaming partners and their role in the overall acquisition (specific capabilities/solutions that partner brings to the acquisition, size and status of the partner, CAGE code, approx. workshare, etc.).Firms capable of accomplishing the required services are invited to submit literature, brochures and capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 points. Summaries shall identify, at a minimum, business size and past and/or current performance (limit to within 3 years) on similar contracts and include dollar value, complexity and point of contact. Small Businesses are encouraged to identify if they are interested in being a Prime or sub-Contractor for this effort. If interested as a Prime, be sure to address all required capabilities above. If interested as a sub-Contractor, please specify which area(s) your company is interested in and/or capable of providing support. Brevity of extraneous information is desired. Please send responses or questions to Krista Scott, Lead Contract Specialist, at krista.a.scott3.civ@us.navy.mil, with a copy to Virginia Marquez, Procuring Contracting Officer, at virginia.l.marquez.civ@us.navy.mil . The deadline for responses to this request is 4 PM Eastern, 12 Nov 2024.LIMITATION ON SUBCONTRACTING: If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14, ?Limitations on Subcontracting,? Class Deviation 2021-O0008, Revision 1, is now in effect which includes the definition of ?Similarly Situated Entity? and provides a methodology for the 50% calculation for compliance with the clause. Small business primes may count ?first-tier subcontracted? work performed by Similarly Situated Entities as if it were performed by the prime itself. Please read the full text of Class Deviation 2021-O0008, Revision 1 - Limitations on Subcontracting for Small Business, dated 15 February 2023, at [https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf].To assist in our market research and determination for this effort, if you are a small business interested in priming this effort and plan to utilize ?Similarly Situated Entities? to meet the Limitations on Subcontracting, please identify the name, Unique Entity ID, and CAGE Code of the specific company(s) you intend to partner/subcontract with to meet the requirements as well as their small business size status under the NAICS Code that you as the prime would assign for their workshare. Information regarding any planned ?Similarly Situated Entity? should be included in answering any questions outlined in the SSN in order to assist the Government?s capability determination.All data received in response to this Sources Sought that is marked or designated as corporate or proprietary information will be fully protected from any release outside the Government. All interested parties shall be registered with the System for Award Management (SAM) to be eligible for the award of Government contracts. https://sam.govThis Sources Sought is for information purposes only. This is not a Request for a Proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this Sources Sought Notice. Any information submitted by respondents to this Announcement is strictly voluntary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/408375a03fc046aeabf8309bec004f05/view)
 
Record
SN07249815-F 20241027/241025230102 (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.