MODIFICATION
U -- UC-12 Portfolio Recompete
- Notice Date
- 2/9/2024 8:15:15 AM
- Notice Type
- Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134024R0013
- Response Due
- 3/11/2024 2:00:00 PM
- Archive Date
- 09/30/2026
- Point of Contact
- ALEX NORIEGA, Phone: 4073808118, Virginia Marquez, Phone: 4073804731
- E-Mail Address
-
alex.t.noriega.civ@mail.mil, virginia.l.marquez.civ@us.navy.mil
(alex.t.noriega.civ@mail.mil, virginia.l.marquez.civ@us.navy.mil)
- Description
- Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement to support the Navy�s Command Aircraft Crew Training (CACT) program for academic and simulator training on the Navy UC-12B/F/M nonProLine and UC-12F/M ProLine 21aircraft (a Navy configured Raytheon/Beechcraft King Air B200) and the UC-12W ProLine 21 and UC-12W ProLine Fusion aircraft (a Navy configured Raytheon/Beechcraft King Air B350). �This acquisition is necessary to facilitate pilot training in the UC-12B/F/M/W Fleet. �The services being acquired under this contract require use of a certified (or equivalent) Federal Aviation Administration (FAA), Level �C� (or higher) UC12B/F/M (Beechcraft King Air B200 non-Proline) flight simulator and certified FAA Level �D� (or higher) UC-12F/M (Beechcraft King Air B200) Proline 21 and UC-12W (Beechcraft King Air B350) (Proline 21 and Proline Fusion flight simulators. For UC-12B/F/M (non-Pro Line) flight simulator whose performance capabilities minimally meets all training and flight requirements defined in 14 CFR Part 142 and 61 and the applicable UC-12 NATOPS manuals. �The simulator(s) shall minimally meet FAA Level �C� or higher certification requirements under current FAA Advisory Circular 120-40 or 14 CFR Part 60 (FAA certification is not required).NAWCTSD intends to award in accordance with FAR Part 12 � Acquisition of Commercial Items and FAR Part 15 � Contracting by Negotiation. A commercial, Firm-Fixed-Price (FFP) Indefinite Quantity (IDIQ) contract is anticipated with one base year and four additional one-year option periods, for a total of five years. �The estimated award date is June 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/675195ee261e4930b4079d21c9a1d73d/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN06961171-F 20240211/240209230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |