Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOURCES SOUGHT

U -- Operational Flight Training

Notice Date
3/31/2009
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
711HPWPKAC30MAR09
 
Archive Date
4/23/2009
 
Point of Contact
Juan A Villarreal,, Phone: 210-536-4887, Ralph Urias,, Phone: 210-536-4401
 
E-Mail Address
juan.villarreal@brooks.af.mil, Ralph.Urias@brooks.af.mil
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES ONLY. This notice is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Responses to this notice are strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. The requested information is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. There is no bid package or solicitation document associated with this announcement. No entitlement of payment by the government of direct or indirect costs or charges will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Introduction: This is a updated Sources Sought Synopsis for an Operational Aviation Training Unit that was posted to the FedBIzOpps on 11 Sep 08 and later amended on 30 Sep 08 under Solicitation 311HSWPKAH11Sep08. In that posting, the government requested information from vendors for an "operational" aviation training unit in the Dayton area during fiscal year 2010 but no later than 2011. The United States Air Force School of Aerospace Medicine (USAFSAM) currently located at Brooks City-Base, Texas, trains 100% of the USAF's flight surgeons, Aerospace Medicine Specialists, and Aerospace Physiologists. Relocation of this mission to Wright-Patterson Air Force Base, Ohio in FY2011 will enhance integration of the science, research and academic mission of USAFSAM, but will separate the organization from all likely sources of basic aviation training support. Background: Residents in Aerospace Medicine and Aerospace Physiologists currently receive their aviation training in the San Antonio area (Randolph AFB and/or Laughlin AFB). Current flying training for basic Aerospace Medicine Primary students is insufficient and "space available" only. No opportunity for basic or advanced flight familiarization training for Flight Surgeons, Residents in Aerospace Medicine, or Aerospace Physiologists will be available at Wright-Patterson, AFB. The students will have to travel to other locations within the U.S. to receive their training. Not only is this costly it is not consistently available. Descriptions of Services: The government seeks a vendor to provide an "operational" aviation training unit. This unit is to be initially established within a 50 mile radius of Brooks City Base, Texas area in FY 2009 but will move to the Dayton, Ohio area during fiscal year 2011. Period of Performance will be for a period of no less than 4 years. The vendor will offer curriculum-based aviation training in the San Antonio, Texas area and then relocate the training to the Wright-Patterson AFB area. Training will be for Aerospace Medicine Residents, Aerospace Physiology students, and related staff, and include "ground school" and flight-related academic lectures in a group setting, and provide a dedicated flying training unit that will permit student control with an instructor in all phases of flight. The flying demonstration and proficiency curriculum will be specifically designed to expose flight surgeon students, aerospace medicine residents, and aerospace physiology trainees to the rigors of flying, mission planning, modern cockpit symbology, disorientation, instrument techniques, aerobatic and formation flight. Minimum aircraft requirements are: Tri-cycle gear, two-seats side-by-side, dual stick controls, acrobatic capability (+6G to -3G), day/night/IFR capable, "glass cockpit". The curriculum would include spatial disorientation familiarization training, instrument training, acrobatics and formation flight with an emphasis on human factors and disorientation awareness events. It is estimated that once fully implemented there will be a yearly requirement for as many as 5,900 flight hours to meet USAFSAM's flight training requirements. This notice of intent is not a request for competitive proposals. You may contact Mr. Juan Villarreal at the telephone number and email provided herein. DATA SUBMISSION REQUIREMENTS: The Information package should include the following items: 1. A brief description of your company's business size and business status (ie. small business, small disadvantaged business, woman-owned, HUBzone, service disabled veteran owned small business, and HBCU/MI); 2. Do you qualify under the 8(a) program? If you are a small business, do you also qualify under any of the sub-categories (small business, small disadvantaged business, woman-owned small business, HUBzone small business, service disabled veteran-owned small business or veteran-owned small business)? 3. Would you be interested in submitting a proposal considering the anticipated scope of work? If not, why? 4. Do you have sufficient experience in the anticipated scope that would allow the evaluator to assess your capability? If not, please explain. 5. Under an Indefinite Delivery contract (FAR 16.5), what is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 6. Are you aware of any DoD contracts dealing with commercial services for a "operational" aviation training unit? If so, provide the following: government POC, organization, phone number, email address, and contract number. 7. Description of your capabilities and ability to provide the efforts described for these services. 8. Rough order magnitude (ROM) for providing efforts described for these services. 9. Please provide response as to what anticipated applicable NAICS code you would utilize for this effort. We anticipate the NAICS to be 611512 - Flight Training. 10. Do you see any issues/problems with the identified service? 11. Any additional comments /recommendations to achieve requirements described above. 12. What would be sufficient time to put together your proposal? ALL INTERESTED RESPONDENTS PLEASE ENSURE ALL ANSWERS ARE COMPLETE. 1. This request does not constitute an Invitation For Bid or a Request For Proposal. Request for proposals, if and when issued, will be available on FedBizOpps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. Central Contract Registration (CCR) will be mandatory for any resultant contract award. (See CCR website at www.ccr.gov). 2. Responses to this RFI are due to the primary and/or secondary points of contact (listed above) by the response date identified above. Responses should include your company's name, address, telephone number, point of contact, and whether your company is a large or small business. Proprietary information should be clearly marked. Packages shall be delivered in electronic format. The electronic format may be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2000 suite of software. All responses must be emailed to juan.villarreal@brooks.af.mil or Ralph.Urias@brooks.af.mil. Please refer all questions regarding this RFI to the points of contact listed above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=94ff2e272005b67e0798d1f842c9d631&tab=core&_cview=1)
 
Record
SN01782283-W 20090402/090331222333-94ff2e272005b67e0798d1f842c9d631 (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.