Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOURCES SOUGHT

U -- Initial Entry Rotary Wing Training Bell 206

Notice Date
12/16/2008
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, AETC Headquarters, 555 E Street East, Building 581, Randolph AFB, Texas, 78150-4440
 
ZIP Code
78150-4440
 
Solicitation Number
FA3002-09-R-0030
 
Point of Contact
Casey L. Pease, Capt.,, Phone: 2106525513
 
E-Mail Address
casey.pease@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
(B-206) Request for Information The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide non-personal services for Bell 206 (B-206 & B-206B) Initial Entry Rotary Wing (IERW) training and technology transfer. 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 RFI. Contact with Government personnel by potential offerors or their employees regarding this project is prohibited. This FedBizOpps notice is an announcement seeking market information on vendors capable of providing the services as described herein. AETC CONS is currently conducting market research to locate 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 of one year plus five (5), one (1)-year option periods. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512, Flight Training, and the small business size standard is $25.5M. Description of Services Training and technology transfer is required to command and pilot the Bell 206 & Bell 206B helicopter. Proposed training will be Contractor, Type 1 Special Training, procured by the Air Education and Training Command and presented under the auspices of the Security Assistance Training Program. All instruction and technical information shall be readily available in either the English language or the Spanish language upon specific request. Contractor shall provide training at CONUS or OCONUS facility in accordance with (IAW) objectives provided and duration of each course as set forth in approved course charts. All training shall be developed and presented IAW the country configured equipment. Requirements of this course shall include, but is not limited to, meeting the broad objective of Initial Entry Rotary Wing (IERW) training that provides the student with basic rotary-wing operator skills and knowledge for pilot qualification in the Bell 206/Bell 206B helicopter aircraft system. Training includes: physical and mental skills and knowledge objectives for basic rotary-wing flight maneuvers, emergency procedures, flight planning, day, night, instrument & night vision goggle flight, and safety. The objective of training is to provide the necessary skills to independently operate the Bell 206/Bell 206B helicopter systems and subsystems under day and night conditions to include night vision goggles and instruments. Training shall be to the level necessary to allow students a thorough understanding of the Bell 206/Bell 206B so that at the end of their training they can perform all tasks IAW applicable technical data with minimal supervision. Initial Entry Rotary Wing (IERW) primary flight instrument flight basic combat skills training may include but is not limited to operating rotary wing aircraft under visual and instrument flight conditions, cross-country navigation, tactical navigation, terrain flight, evasive maneuvers, aero-scout operations, and tactical night flight. More over the ground training would include but is not limited to: aero-medical, aerodynamics, meteorology and airspace. Courses shall be identified and presented separately as academics and structured on-the-job training (SOJT). Academic training may consist of lecture/discussion/demonstration. SOJT may consist of laboratory/hands-on/demonstration. Instructors providing flight instruction shall have work related experience and appropriate certifications in the subject matter being taught. The contractor shall have no less than three (3) years of military initial entry rotary wing training experience. Student Support Services Student Housing & Transportation: Contractor shall provide or arrange suitable housing for the students during CONUS training unless otherwise specified. Level 1: Officers shall be quartered separately in single rooms. Level 2: Two enlisted of the same gender share one room. Cooking facilities are not required. Housing shall not be provided for accompanying dependents unless specifically authorized, in writing, by the Administrative Contracting Officer (ACO). Students shall be briefed to maintain the housing in same condition as existed upon initial occupancy. Contractor shall document the condition of the housing upon occupancy and again one day prior to student departure. The extent of all damage and occupant's names shall be reported to the ACO, within one week after students' departure, with a copy to the TPM. Contractor shall provide transportation to and from the airport and daily transportation between the training facility and the students' quarters. Contractor shall not provide rental cars to students as part of this contract. Training Facilities Contractor shall provide properly lighted and ventilated facilities free of outside noise. The instructor room shall be secured to control access to student records and measurements. Appropriate safety measures shall be briefed to all incoming students and shall be observed and enforced. Comments and information on the following are requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale. The Air Force is only interested at this point in identifying interested and capable contractors for this service. The tentative solicitation issue date is 02 Feb 09, however this date is subject to change. The Government will award one contract. A source selection will be conducted per Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 and Mandatory Procedures (MP) 5315.3 at HQ AETC, Randolph AFB, TX. If your firm has an interest in proposing on the requirements described above, please provide a Capability Statement to Capt Casey Pease, casey.pease@randolph.af.mil by January 16th, 2009 @ 1400 CST. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e7dbf19206d91ec8fb35d6275551dbc&tab=core&_cview=1)
 
Place of Performance
Address: Contractor will propose training facility as it meets the needs of the requirement, United States
 
Record
SN01720026-W 20081218/081216215903-8e7dbf19206d91ec8fb35d6275551dbc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.