SOURCES SOUGHT
99 -- Global 6500 Pilot Training
- Notice Date
- 4/9/2025 9:11:59 AM
- Notice Type
- Sources Sought
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- Global_6500_Pilot_Training
- Response Due
- 4/25/2025 11:00:00 AM
- Archive Date
- 05/10/2025
- Point of Contact
- Laura Palumbo
- E-Mail Address
-
laura.t.palumbo.civ@army.mil
(laura.t.palumbo.civ@army.mil)
- Description
- THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm's ability to submit an offer if, or 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. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. 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; formal notices will be released on Federal Business Opportunities (SAM.Gov) at https://sam.gov. It is the responsibility of potential offerors to monitor the website for additional information pertaining to this requirement. GENERAL INFORMATION: The U.S. Army Contracting Command � Intelligence and Security Command (ACC-INSCOM) is in the process of determining all the potential sources for a FAA Level D Full Flight Simulator requirement for pilot initial qualification and recurrent training of the Bombardier Global Express 6500 jet. The contractor shall provide classroom academics, simulation, and required check ride to support initial and recurrent qualifications needed for the pilot requirements. If the Government should proceed with any commitments, the Government anticipates awarding a Firm-Fixed Price contract to fulfill this training requirement starting o/a 1st QTR FY27, under NAICS Code 611512, �Flight Training.� All training courses must be approved and IAW Title 14 Code of Federal Regulations (14 CFR) Part 61 � 61.156. Certification Training Program (CTP) is required to be ICW with 14 CFR Part 142. The size standard associated with this NAICS Code is $30MIL. The Product Service Code is U006, �Education/Training � Vocational/Technical.� System for Award Management (SAM) will be mandatory for this contract (see SAM website at https://beta.sam.gov). DUNS information will be mandatory for this contract. (See http://smallbusiness.dnb.com or call 1?800?234?3867 for more information). CONFIDENTIALITY All information included in this RFI is confidential and only for the recipient knowledge. No information included in this document or in discussions connected to it may be disclosed to any other party. ADDITIONAL INFORMATION AND SUBMISSION DETAILS: The objectives of this RFI are to identify responsible sources and interested parties who have proven solutions in place that can meet these Global 6500 Pilot Training requirements per the General information noted above. For the purpose of this RFI, the term ""proven"" means solutions have been approved by the FAA and capacity available to support/sustain sufficient pool of aviators to meet the requirements of the Department of the Army. Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the requirements detailed in the REQUIREMENTS paragraph of this announcement. Companies or parties are to submit responses in Adobe Acrobat compatible electronic format. The maximum page limit for responses is 30 pages, 8.5"" x 11"", including attachments, figures, and/or drawings, and no smaller than size 12 font. All responses shall be submitted in writing to the Contract Specialist, Laura Palumbo, email laura.t.palumbo.civ@army.mil, NLT 1400 PM EST on 25 APRIL 2025. Responses must include the following: Company Name, Address, CAGE Code, Industry Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and e-mail address. Complete Training Description Overall capabilities of the training as compared against the REQUIREMENTS section of this announcement. Detailed information regarding the system capabilities/performance. REQUIREMENT: How sources/contractors could provide FAA approved Bombardier Global Express 6500 initial qualifications and recurrent training courses. The Initial Qualification Course would include academic and simulator training for U.S. Army Airplane Multi-Engine Turbine rated pilots. The Recurrent Course would include academic and simulator training for U.S. Army Airplane Multi-Engine Turbine rated pilots. The contractor would provide all management, administration, supervision, labor, equipment, tools, materials, literature, publications, and other items or services necessary to perform the work except as specified herein as Government Furnished Equipment (GFE) and services. CERTIFICATION/REQUIREMENTS: The contractor shall ensure that all contractor personnel possess the appropriate certificates and qualifications in accordance with Federal Aviation Regulations (FARs) (Parts 61 (Certifications), 121 (Operating requirements, Domestic, Flag and Supplemental Operations), 135 (Operations, Commuter and on Demand Operations and Rules Governing Persons on Board Such Aircraft), 142 (Training Centers) and exemptions. The contractor shall ensure that any applicable certificates shall be valid throughout the time period that an instructor is used on the contract. DISCUSSIONS: One-on-one information gathering sessions with respondents are currently not contemplated. The Government may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses, the quality of submission and the specifications in the information provided. The Government is under no obligation to conduct these sessions. The Government does not commit to providing a response to any comment or questions. Any revision to this RFI based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing an RFP for respondents. The above information is for sources sought only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b607e6bcffaa4fdfba47079bdee65c29/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN07403439-F 20250411/250409230101 (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 |