Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2004 FBO #0792
SOURCES SOUGHT

U -- National Rotor Wing Training Program

Notice Date
1/26/2004
 
Notice Type
Sources Sought
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Laguna Administrative Center, 24000 Avila Road 5th Floor, Laguna Niguel, CA, 92677
 
ZIP Code
92677
 
Solicitation Number
ACL-4-R-0007
 
Response Due
2/13/2004
 
Archive Date
2/28/2004
 
Point of Contact
Sheryl Wright, Contract Specialist, Phone 949-360-3180, Fax 949-360-3013, - Carol Amano, Contracting Officer, Phone 949-360-3180, Fax 949-360-3013,
 
E-Mail Address
Sheryl.Wright@dhs.gov, Carol.Amano@dhs.gov
 
Description
This Request for Information is for planning purposes only. The Department of Homeland Security (DHS), Immigration & Customs Enforcement (ICE) anticipates issuance of a solicitation to provide Initial Flight Training and Recurring refresher courses at a contractor owned/leased and operated facility. Place of performance is to be recommended by the offeror. The DHS/ICE anticipates the issuance of a base year plus 4 one year options. Historically, training is held during all 12 months of the year. The DHS/ICE is soliciting information to determine the availability of capable contractors that can perform the following requirements: Federal Aviation Administration (FAA) approved flight training sought: 1. ?Initial? or a long 5-7 day first time course of instruction; 2. ?Recurrent? or an annual short 2-3 day course refresher. 3. Courses of instruction, including all classroom materials, (both first ever issuance or add ons) leading to issuance of Flight Instructor Rotorcraft-Helicopter and Instrument Helicopter Certificates. Both initial and recurrent to include ground school/academics and flight training leading to a specific aircraft checkout or annual specific aircraft recurrence requirements. The DHS is interested in organizations currently conducting flight training in accordance with Federal Aviation Regulations. Use of simulators or flight training devices is also of interest, and could be acceptable. Flight training must include the use of the following aircraft: American Eurocopter AS-350 B2 or ASTAR, and McDonnell Douglas 500 (MD-500) helicopters. Contractor must have ready access to these aircraft for flight training. It is also anticipated that American Eurocopter AS-350 B3 helicopter will be added during the contract. Contractor must show their ability to provide training on the B3 and how it will be accomplished. Prospective offerors must provide the location of their training facilities, including airfield or landing zone and amount and type of aircraft available for use in training. For the purposes of this Request for Information, the NAICS code is 611512 and the small business size standard is $21.5M. Offerors must specify size of business. When the Solicitation is issued, the offerors will be provided a ?Statement of Objectives? and will be responsible for development of a program that will meet/exceed the Statement of Objectives. In addition to the above requested information, the DHS requests that contractors interested and capable of performing this function submit the following: 1) contract references relevant to the requirement, detailing the contractor?s ability to provide the services or similar services referenced above, to include contract number, agency supported, whether or not you were the prime contractor, period of performance, original contract value, POC with current phone/fax number, and a brief description of effort 2) Name and address of your company, company point of contact, current telephone/fax number and email address, business size and any special small business designation (HUB zone, 8(a), etc), and business capability statement. Comments, requested information, and capability statements may be emailed to Sheryl.Wright@dhs.gov. COMMENTS ARE DUE NO LATER THAN FEBRUARY 13,2004
 
Place of Performance
Address: Address: To be determined at time of award
Country: USA
 
Record
SN00509850-W 20040128/040126211522 (fbodaily.com)
 
Source
FedBizOpps.gov 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.