Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOLICITATION NOTICE

U -- B747-100 OR 200 INITIAL PILOT TRAINING

Notice Date
3/3/2008
 
Notice Type
Solicitation Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ08237399QA
 
Response Due
3/10/2008
 
Archive Date
3/3/2009
 
Point of Contact
Kirby L. Condron, Contract Specialist, Phone 281-483-4193, Fax 281-483-4173, Email kirby.l.condron@nasa.gov - Alice J Pursell, Contracting Officer, Phone 281-483-9027, Fax 281-483-7890, Email alice.j.pursell@nasa.gov
 
E-Mail Address
Email your questions to Kirby L. Condron
(kirby.l.condron@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is being issued as a Request for Quotations (RFQ) for B747-100/200 Initial Pilot Training. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Summary of B747-100/200 Initial Pilot Training Requirements: INTRODUCTION Due to recent retirements, the Aircraft Operations Division (AOD) has the immediate need for the training of 2 additional pilots to act as Commander on the Shuttle Carrier Aircraft (SCA) in support of the Shuttle mission. The program currently has only four qualified pilots to support the program. The need for two replacements is critical through program end in 2010, and approximately 2 years afterward, in order to ferry shuttles to retirement venues. OBJECTIVES The objective is to obtain initial Type Rating Qualification on the basic B747-100/200. This training shall consist of industry standard Part 142 instruction leading to unrestricted pilot Type Ratings for 2 crew members. REQUIREMENTS This training shall consist of the following: 1. Ground School that meets or exceeds Federal Aviation Administration (FAA) requirements. 2. Oral preparation and sign offs leading to the FAA oral examination. 3. Oral Prep Session prior to the FAA oral examination. 4. FAA oral examination. 5. Simulator Training in FAA approved Level C or better simulators. 6. Additional 4 Hour Type Rating "Warm up" session following required simulator sessions and prior to FAA Rating ride. 7. Type Rating Checkride conducted by an approved examiner. 8. LOFT Simulator Ride after completion of the Type Rating examination. AOD SPECIFIC REQUIREMENTS 1. Contractor or vendor shall provide Ground School, Oral Prep, and Oral Examinations in Houston at the AOD facility at Ellington Field (EFD) from April 28 through May 9, 2008 with Oral Examination on May 12, 2008. 2. Simulator training shall start May 26, 2008 in the location of the awarded contractor. 3. Crew shall have the choice of either day or night-time simulators. SCOPE The contract shall cover training to be completed within a period of no longer than 7 weeks. The provisions and clauses in the solicitation are those in effect through FAC 05-24. The NAICS Code and the small business size standard for this procurement are 611512 and $23.5M respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Johnson Space Center, Attn: Receiving Building 421, 2101 NASA Parkway, Houston, TX 77058 is required within 180 days ARO. Delivery shall be FOB Destination. Offers for the item described above are due by March 10, 2008 @ 3:00 P.M. Central Standard Time (CST) to Kirby Condron via fax at (281) 483-4173, email at kirby.l.condron@nasa.gov, or post at the office address listed above and must include training plans, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (NOV 2007), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product offered is other than domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.204-7 (JUL 2006), Central Contractor Registration is incorporated herein by reference. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (FEB 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-34. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing to Kirby Condron, kirby.l.condron@nasa.gov, not later than March 7, 2008. Oral, telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (See FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#128973
 
Record
SN01522763-W 20080305/080303224528 (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.