MODIFICATION
U -- Continued Services for TH-57 Aircrew Training Services (ATS)
- Notice Date
- 11/13/2024 1:42:53 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N61340-25-R-0011
- Response Due
- 11/29/2024 2:00:00 PM
- Archive Date
- 11/30/2024
- Point of Contact
- Mr. Christopher Chase Couture, Colin Kelly
- E-Mail Address
-
christopher.c.couture.civ@us.navy.mil, colin.d.kelly.civ@us.navy.mil
(christopher.c.couture.civ@us.navy.mil, colin.d.kelly.civ@us.navy.mil)
- Description
- Pre-solicitation Notice � Procurement of continued, end-of-life Aircrew Training Services (ATS) to CNATRA for TH-57 THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando intends to negotiate, on a sole source basis, a contract for continued, end-of-life, services to the Chief of Naval Air Training (CNATRA) for Rotary Wing Pilot training in the TH-57 Training System with FlightSafety International Defense Corporation, Fort Worth, TX (henceforth FlightSafety), under the authority of Federal Acquisition Regulation (FAR) 6.302-1, �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� The expected period of performance of the contract shall not exceed 30 months. The anticipated potential maximum value of the contract action is $45,000,000. FlightSafety, under its current, competitively awarded, TH-57 Aircrew Training Systems (ATS) contract, provides Contractor Instructors (CIs) and contractor-owned FAA �Level 7� certified Flight Simulation Training Devices (FSTDs) at Naval Air Station (NAS) Whiting Field, FL. This effort provides all ground-based support to CNATRA for TH-57 rotary wing pilot training requirements at Training Air Wing FIVE (TW-5). The anticipated logical follow on sole source award will extend the services provided under this effort by a potential maximum of 30 months, due to delays in delivery of the Advanced Helicopter Training System (AHTS) aircraft (TH-73A) and resultant delay in CNATRA�s ability to transition pilot production into the AHTS pipeline. There are three reasons why performing any other contract action (than negotiating a sole source agreement with FlightSafety to continue TH-57 performance) would not be feasible, i.e. would not meet CNATRA need. The first is schedule; in order to not gap the CNATRA requirement, two Level 7 FSTDs, at a minimum, would need to be installed, tested, and RFT, in less than six months from the posting of this notice, by 01 May 2025. The second is FlightSafety�s competitive edge with regard to costs associated with these FSTDs. The cost of acquiring, fielding, and maintaining at least two such trainers (in addition to costs such as maintaining instructors) cannot feasibly be offset by the estimated value of the contract, especially if the subsequent TH-73A program proceeds on time, in which case the full anticipated period of performance would not be necessary. FlightSafety has already recovered the capital investment of these trainers over years as the incumbent for this requirement. The third, and arguably the most important, is risk. CNATRA can accept zero risk to its pilot production. Any other acquisition strategy (other than sole source) would add risk. This Pre-solicitation notice is not a request for competitive proposals. It is a notice that outlines the Government�s intent to award the contract on a sole-source basis with FlightSafety. However, interested sources may identify their interest and capability to respond to the requirements. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed technical capabilities, ability to provide and maintain at least two FAA Level 7 certified TH-57 Flight Simulation Training Devices (FSTDs) by 01 May 2025 if a solicitation was sent to them on or about 15 January 2025, and any other information that demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to Mr. Christopher Chase Couture at christopher.c.couture.civ@us.navy.mil in an electronic format that is compatible with Microsoft Word no later than close of business 26 November 2024. Small businesses interested in subcontracting/supplier opportunities are also encouraged to notify the Government POC identified below as well as the NAWCTSD Office of Small Business Programs at leslie.a.faircloth2.civ@us.navy.mil or damion.m.bailey.civ@us.navy.mil. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than FIVE (5) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This pre-solicitation notice is not to be considered a request for quotations or proposals. No solicitation document is available at this time. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no affirmative written response is received, a sole source award for the procurement of continued, end-of-life Aircrew Training Services ATS to CNATRA for TH-57 will be pursued. This acquisition is being pursued on a sole source basis under statutory authority of 10 U.S.C. 2304 (c) (1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). Matters pertaining to this notification may be directed to Christopher Chase Couture via email at christopher.c.couture.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/188efeee264640f09a4baa28763caf23/view)
- Place of Performance
- Address: Milton, FL 32570, USA
- Zip Code: 32570
- Country: USA
- Zip Code: 32570
- Record
- SN07263108-F 20241115/241113230102 (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 |