Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
MODIFICATION

U -- VC-25 (747-200) Flight Crew Training

Notice Date
5/17/2007
 
Notice Type
Modification
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5022, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4452-07-RFI-FLIGHT
 
Response Due
5/25/2007
 
Point of Contact
Timothy Gould, Contract Specialist, Phone 618-256-9979, Fax 618-256-5724, - Tammie Shelton, Contracting Officer, Phone (618) 256-9962, Fax (618) 256-5724,
 
E-Mail Address
tim.gould-02@scott.af.mil, tammie.shelton@scott.af.mil
 
Description
The United States Air Force, Headquarters Air Mobility Command (HQ AMC) is seeking sources for the contemplated follow-on contract for the VC-25 (747-200) Pilot and Flight Engineer Initial and Refresher Training. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. This FedBizOpps notice is an announcement seeking market information on businesses capable of providing the services as described herein. AMC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a base year plus four one-year option periods. The incumbent contractor for this effort is United Airlines, INC., Denver Flight Training Services. This Request for Information (RFI) is provided to the commercial sector for both Initial and Refresher academic and simulator training for VC-25 (747-200) Pilots and Flight Engineers. Training shall be conducted in a Federal Aviation Administration (FAA) certified level C or D Flight simulator. The training shall be conducted at the contractor facility. Contractor training capability should include legacy 747-200/300 aircraft and provide instructors with recent experience in 747-200/300 aircraft. Initial training shall be to the standard that the pilots may receive an Airline Transport Pilot (ATP) Rating/Type Certification (as applicable) and the flight engineers may receive a Flight Engineer (FE) practical rating. As part of the initial training, all pilots meeting the FAA prerequisites shall be offered the opportunity to receive an Airline Transport Pilot (ATP) Rating/Type Certification (as applicable) and all flight engineers meeting the FAA prerequisites shall be offered the opportunity to receive a Flight Engineer practical (FE) rating. The individual student is responsible for Federal Aviation Administration FAA prerequisites. If the ATP/FE option is not utilized, simulator time scheduled for FAA evaluation shall be devoted to proficiency maneuvers. Simulator time will require a fully operational simulator and a fully qualified pilot instructor or a fully operational simulator and a fully qualified pilot instructor and a fully qualified flight engineer instructor. Flight simulator time, although purchased on an hourly basis, will normally be purchased in no less than a 2 hour block of time. The training shall consist of hourly increments in an FAA Level C or better simulator. If your firm has an interest in proposing on the requirements described above, please provide your Capability Statement to Mr. Tim Gould, Contract Specialist, Tim.Gould-02@scott.af.mil and Ms. Tammie Shelton, Contracting Officer, Tammie.Shelton-02@scott.af.mil. The Capability Statement should include the following general information and technical background describing your firm experiences in contracts requiring similar efforts to provide the above mentioned pilot and flight engineer training. Please use no more than 10 type-written pages using 10-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, GSA schedules held, company size (small, large business); if small, indicate type (8(a), small disadvantaged business, HUB zone, minority-owned, woman-owned, veteran-owned, etc.). 2. Demonstrate your ability to support the Pilot and Flight Engineer Simulator Training described above. 3. Past/Current Performance Background as it relates to supporting the Pilot and Flight Engineer Simulator Training. a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour 4. Describe your standard commercial business practices as they relate to pilot/flight engineer training. Identify the terms, conditions, or any other pertinent data applicable to your commercial contract arrangements for providing pilot/flight training. This information may be used to assist in the formation of any resulting request for proposals.
 
Place of Performance
Address: Contractor Facility
Zip Code: 62225-5022
Country: UNITED STATES
 
Record
SN01296859-W 20070519/070517221050 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.