Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

U -- Australia C-27J Training

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
Australia_C-27J_Training
 
Point of Contact
Audrey Sitterly,
 
E-Mail Address
audrey.sitterly.1@us.af.mil
(audrey.sitterly.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
-----This Request for Information (RFI)/Sources Sought Notice 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 other than those specified in this RFI by potential offerors or their employees' regarding this project is prohibited. This FedBizOpps notice is announcement seeking market information on vendors capable of providing the services as described herein----- If your company is capable of providing the requirements described below, please provide a Capability Statement to Audrey Sitterly, audrey.sitterly.1@us.af.mil by 15 May 12 @ 1600 (central time). The Capability Statement should include general information and technical background describing your company's experience in contracts requiring similar efforts to meet the objectives. Interested parties limit submissions 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is 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 Education and Training Command Contracting Squadron ( 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 contract type will be Firm Fixed Price with Cost Reimbursable CLINS. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512 with a small business size standard is $25.5M. AETC CONS is seeking capabilities statements from capable sources for C-27J training. Training may take place at both CONUS and OCONUS (Australia) locations. The scope of the work will include instructional system design of the entire training program. The design should follow USAF standard modularized training by lesson. The contractor will be required to provide C-27J initial qualification and follow on training for aircrew ( pilot and loadmaster ) and aircraft maintainers. The contractor will be required to conduct academics and provide instruction in the training devices and aircraft. The C-27J Weapon System Trainer (WST) and a Fuselage Trainer (FuT) training devices will be required and will not be Government Furnished Equipment (GFE). The C-27J aircraft will be GFE. Pilot and loadmaster training will include general aircraft systems and operations, normal and abnormal procedure, emergency procedures, asymmetric aerodynamics, personnel/CDS/heavy equipment airdrop, low level and NVG operations. Training will also include an instructor aircrew training module. Training program will include quarterly phase training lessons for pilots and semiannual for loadmasters. All training should incorporate generally accepted principles of crew resource management, ICAO standardized instrument flight procedure and aircraft flight planning requirements. Maintenance training will be to a USAF skill level 3. Training should include the routine maintenance, repair, and care of the aircraft and aircraft support systems. Maintainers will be required to perform home station check inspections and corrective actions. Courses should include engine run training and annual refresher training. Courses should incorporate generally accepted principles of safety and flight line operations. Contractor will be expected to develop and produce computer based training by lesson modules, instructor guides, student guides, course handouts and related training materials.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/Australia_C-27J_Training/listing.html)
 
Record
SN02736237-W 20120503/120502000452-e900cb931cf04e9e7680415fcc777380 (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.