Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
SOURCES SOUGHT

U -- Fixed -Wing and Rotary-Wing Adversary Aircraft Services for Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) Marine Corps Air Station, Yuma, Arizona

Notice Date
12/29/2010
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
M00264 MARINE CORPS RCO - NATIONAL CAPITAL REGION 2010 Henderson Rd Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M0026411I0403
 
Response Due
1/10/2011
 
Archive Date
1/25/2011
 
Point of Contact
Carol Neely (703)432-8049
 
Small Business Set-Aside
N/A
 
Description
The purpose of this RFI is to conduct market research which will be used to formulate an acquisition strategy to support MAWTS-1 ™s Weapons and Tactics Instructor Course training requirements for realistic Fixed -Wing and Rotary-Wing Adversary Aircraft at Marine Corps Air Station, Yuma, Arizona. The Regional Contracting Office, National Capital Region (RCO-NCR) is requesting responses from qualified business concerns. The qualifying NAICS code for this effort is 611512. Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) at Marine Corps Air Station, Yuma, Arizona provides Weapons and Tactics Training for the whole of Marine Corps aviation during semi-annual Weapons and Tactics Instructor (WTI) courses. MAWTS-1 presents both friendly and enemy combat capabilities and detailed study of enemy weapons and tactics based on current intelligence and combat lessons learned. MAWTS-1 has a requirement to provide realistic Fixed -Wing and Rotary-Wing Adversary Aircraft in support of the WTI Course training requirements. The rotary-wing requirement is for a foreign attack helicopter that can act as a realistic dissimilar aircraft with unique capabilities supporting specific aircraft training. The helicopter will be a dissimilar rotary-wing aggressor against rotary-wing, fixed-wing, Forward Operating Bases, Forward Arming & Refueling Points and Anti-Aircraft Artillery Defense units. The aircraft desired is either a Mi-24 HIND or Mi-17 HIP that is capable of using tracking pods compatible with the Tactical Air Combat Systems range at MCAS Yuma, Arizona. The contractor will provide up to 55 day flight hours under Visual Flight Rule (VFR) conditions in the helicopter to support the MAWTS-1 WTI curriculum. The total curriculum flight hours do not include the ferry time required for transporting the aircraft to and from MCAS Yuma, Arizona. The participation of the attack helicopter will support the following training: (1) Air and Missile Defense Operations. The attack helicopter, due to its size, flight profile, firepower and defensive maneuvering capabilities, constitutes a unique threat creating a realistic, dissimilar and credible Opposing Force (OPFOR) to stress the joint forces conducting Joint Air and Missile Defense Operations. (2) Close Air Support. The attack helicopter will act as an aggressor to interfere with the forces conducting Joint Close Air Support. The foreign propeller driven aircraft will be used to provide a realistic dissimilar aircraft supporting Anti-Air Warfare evolutions. The aircraft will be a dissimilar fixed-wing aggressor exhibiting unique visual/ Infra-Red and radar signatures against Blue airborne and ground based air defense units. Visual identification and countering enemy weapon systems capabilities would be the primary student learning objectives. The aircraft desired is an AN-2 Colt that is capable of using tracking pods compatible with the Tactical Air Combat Systems range at MCAS Yuma, Arizona. The contractor will provide up to 6 day, VFR flight hours in the aircraft to support the MAWTS-1 WTI curriculum. The total curriculum flight hours do not include the ferry time required for transporting the aircraft to and from MCAS Yuma, Arizona. Responses to this RFI shall not exceed ten (10) pages, including cover letter and contact information. Subject response must contain: (1) capability statement sufficient to demonstrate performance acumen directly related to the objectives listed above; (2) Link to the respondent ™s General Services Administration (GSA) schedule or Seaport-e IDIQ, or attached file of same, if applicable; (3) Commercial labor categories and rates used by respondents for similar services; (4) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (5) other material relevant to establishing core competencies of the firm. Response is due by 2:00 PM EST on 10 Jan 2011. Please submit e-mail responses to Carol Neely at e-mail address: carol.neely@usmc.mil. NOTE: Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. No solicitation documents exist at this time. The Government will not pay for information submitted in response to this RFI and responses to this notice cannot be accepted as offers. Any information the Contractor considers proprietary should be clearly marked as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00264/M0026411I0403/listing.html)
 
Record
SN02352187-W 20101231/101229233940-3dfd8c65cff18b80951eb1feda948c86 (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.