Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2013 FBO #4157
SOURCES SOUGHT

U -- Fixed Wing, Fort Rucker

Notice Date
4/10/2013
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
FIXEDWING2013
 
Response Due
5/1/2013
 
Archive Date
6/9/2013
 
Point of Contact
Gina, 757-878-3166
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(gina.dedmon@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Sources Sought. The Mission and Installation Contracting Command (MICC)-Fort Eustis, VA is seeking competition for flight training services at Fort Rucker, AL. We have identified several impediments to competition and we seek industry input on possible approaches to overcoming the barriers. First, the requirement requires significant initial investment in infrastructure. The contractor must provide all aircraft, flight simulators, and real property facilities (hangars and classroom facilities, plus supporting equipment and material necessary to conduct the training for C-12 Aviator Qualification Course (AQC), C-12 Instructor Pilot Course (IPC) and C-12 Aviator Refresher Course (simulator only) for the U.S. Army Fixed Wing Training Courses. The U.S. Army HQ for Aviation resides at Fort Rucker, AL. The current incumbent contractor already has existing facilities and simulators. Until now, the training aircraft, the C12s, have been supplied by the Army; however, in the future, the contractor must supply all training aircraft. Secondly, the location is remote. Available airports do exist in the area; however, class D airspace is required. Thirdly, the period of performance contemplated is a five to ten year period of performance. Input on the period of performance that would be necessary in order for your firm to compete for the requirement is requested, even if it is outside of the contemplated period. The Army requests information in regards to which firms would be interested in competing for these services and input on possible solutions or ways to overcome the barriers to competition that currently exists. If there are no interested parties other than the incumbent, the Army will seek to procure the services through a sole source vehicle. We request a business case package in which a convincing argument is made as to your willingness to compete for the requirement, your capability to provide the services, and the feasibility to the U.S. Army as to any recommendations that you make to enhance the competitive nature of this action. The services to be performed shall include personnel with the appropriate certificates and qualifications to instruct flight students to include current Federal Aviation Administration (FAA) certificates as well as logged air time and personnel management with experience supervising fixed wing flight training. The estimated annual student attendance consists of 180 students for the C-12 AQC, 64 students for the C-12 IPC and 216 students for the C-12 REF course. The Government is looking for interested parties that are capable of providing training aid such as Stage I aircraft (single engine), Stage II aircraft (multi-engine) and Stage III aircraft (multi-engine turbine), as well as C-12V flight simulators, simulator training devices, the appropriate literature, schematics, drawing, charts, and facilities, etc., to conduct the fixed wing training. All aircraft, maintenance facilities, etc. shall be provided by the contractor. Your response shall address your ability to respond and service the required location and the requirement for class D airspace in accordance with PAA requirements which can be found at the following website: http://www.faa.gov/air traffic/publications/atpubs/AIRlair1702.ptml). 2. Background. The United States Army Aviation Center of Excellence (USAACE), 110TH Aviation Brigade, mission is to provide the Army with professionally trained aviators and non-rated crew members through planning, coordinating, and executing formal flight instruction at the undergraduate and graduate level. The brigade consists of the Headquarters and Headquarters Company which provides staff assistance to the four subordinate battalions: 1-11th, 1-14th, 1-212th, and 1-223rd. Each battalion has a unique mission. The brigade also provides crash rescue, air ambulance support to the USAACE and the surrounding communities, and serves as the Department of the Army Night Vision Device training and Operations staff agency. The 110th has a diverse mission and continues to support the Army Aviation Branch by producing the world's best Army Aviators. The objectives are to provide flight training and flight training support to execute the U.S. Army's fixed wing training courses; balanced training for all student pilots by preparing them for the field in quote mark Go to War quote mark aircraft; and strategic plans support for the Aviation Enterprise. 3. Technical/Functional Requirements. The services to be performed shall include personnel with the appropriate certificates and qualifications to instruct flight students to include current Federal Aviation Administration (FAA) certificates as well as logged air time and personnel management with experience supervising fixed wing flight training. The estimated annual student attendance consists of 180 students for the C-12 AQC, 64 students for the C-12 IPC and 216 students for the C-12 REF course. The Government is looking for interested parties that are capable of providing training aid such as Stage I aircraft (single engine), Stage II aircraft (multi-engine) and Stage III aircraft (multi-engine turbine), as well as C-12V flight simulators, simulator training devices, the appropriate literature, schematics, drawing, charts, and facilities, etc., to conduct the fixed wing training. All aircraft, maintenance facilities, etc. shall be provided by the contractor. Your response shall address your ability to respond and service the required location and the requirement for class D airspace in accordance with PAA requirements which can be found at the following website: http://www.faa.gov/air traffic/publications/atpubs/AIRlair1702.ptml). 5. Responses. Responses are limited to twenty-five (25) pages. The designated NAICS Code is 611512, Flight Training, with a small business size standard of $25.5M. It is required that all contractors doing business with the Government be registered with the System for Award Management (SAM) at website: https://www.sam.gov. Your response shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), revenue for last three years, number of employees, information on company's ability to sustain growth (including any lines of credit), relevant past performance on same/similar work for not more than three years and your company's capability and capacity to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent by email only to Gina Dedmon, gina.dedmon@us.army.mil NO LATER THAN 1 May 2013. Any questions shall be directed to Gina Dedmon by email: gina.dedmon@us.army.mil. No proposals are requested by this announcement; all responses shall be solely in the form of information and materials. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Government is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FEDBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0f85c1551a9e93de84d658b03951449e)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03033307-W 20130412/130410234646-0f85c1551a9e93de84d658b03951449e (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.