Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2009 FBO #2864
SOURCES SOUGHT

U -- MI-17 Helicopter Training - File

Notice Date
9/25/2009
 
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
AETCCONSLGCU_MI-17
 
Archive Date
10/24/2009
 
Point of Contact
Mildred Vigil, Phone: 210-652-7829, Teresa Yancey, Phone: 210-652-2122
 
E-Mail Address
mildred.vigil@randolph.af.mil, teresa.yancey@randolph.af.mil
(mildred.vigil@randolph.af.mil, teresa.yancey@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT MI-17 PWS, dated 18 Sep 09 1. The Air Education and Training Command (AETC), Randolph Air Force Base (AFB), Texas, is soliciting interest and capability statements for a competitive acquisition for training services to provide Mi-17 helicopter training in support of HQ Air Education and Training Command (AETC) Air Advisor Pre-Deployment Program. Air Advisor will support approximately 25 Pilots, 6 Flight Engineers and 45 Maintainers annually. United States Government (USG) personnel are required to fly and maintain Russian Mi-17 aircraft in support of Coalition air force Transition Team and Combined Air Power Transition Force (CAPTF). Previously flight training was available via USG means, but with increase of requirements in Iraq/Afghanistan, USG training avenues do not have existing capacity to support the additional requirement of approximately 76 Helicopter Air Advisors. The Air Advisor Program is an evolving program. In addition, requirements identified in the Performance-based Work Statement (PWS) may require modification as the program progresses. Changes may include adjustment of training hours, mutually agreed upon acceleration of the workload estimates, changes to the syllabus, and other modifications as necessary to ensure an effective Air Advisor Program. In addition to USG personnel, there may be a need to provide training in support of International Military (IM) aircraft crew members to perform duties in the Mi-17 aircraft. 2. The purpose of publicizing notices for potential actions is to increase competition, to broaden industry participation in meeting Government requirements, and to assist small businesses in general in obtaining contracts and subcontracts. This is NOT a Request for Proposal (RFP), but instead is a market research tool to determine the availability and adequacy of potential sources prior to issuing the RFP. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The North American Industry Classification System (NAICS) code 611512 (Flight Training) applies. Firms responding to this announcement should indicate their business size for NAICS code 611512, particularly if they are a small business (the small business size standard is $28 million). "Small business" means small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business. If business size is transitioning to other than "small business" in the next 90 days, please indicate as such. Prospective vendors must be registered in the Central Contractor Registration (CCR) database. Registration may be accomplished at http://www.ccr.gov. 4. This sources sought notice is for market research purposes only and is not to be construed as a commitment by the Government. It is not the intention of the Government to enter into a contract based on this notice or to otherwise pay for information solicited. If the Government decides to contract for this effort at a later date with the issuance of an RFP to industry, the requirement would consist of a basic year and three (3) option years. A firm-fixed price contract is contemplated for Mi-17 Helicopter pilot and maintenance training to be conducted in the United States. The initial requirement is for English language Mi-17 training instruction and manuals. In your response briefly describe your company's experience in flight and maintenance training for Mi-17 aircraft, current or past contracts that deal with the aforementioned services or similar services, and any information you deem relevant to support your firm's capability to perform this requirement. In addition, please provide any relative, readily available pricing data/information (i.e. Vendor Catalogs and/or Price lists). Other pricing data, if submitted shall be as a Rough Order of Magnitude (ROM). Provide a point-of-contact to include an e-mail address, your Federal Cage Code and/or Data universal Numbering System (DUNS). The government will not pay for information received in response to this RFI and is in no way obligated by the information received. 5. A draft PWS has been posted along with this sources sought synopsis to provide a more detailed description of the requirement, and for any industry comments. The PWS is still a work-in-progress, and this is NOT the final version. 6. It is the Government's intent to award one contract. The Government currently plans to issue an unrestricted solicitation; however, it reserves the right to make this a small business (SB) set-aside based on the interest and technical capabilities received from SB concerns. (Under an unrestricted solicitation, large businesses will be required to submit a subcontracting plan.) Therefore, it is requested that SB concerns provide sufficient written information supporting their capability to perform (items H, I and J below). 7. All interested parties are invited to provide the following information for your company/institution and for any teaming or joint venture partners: A. Company/Institute Name and CAGE code. B. Mailing Address. C. Point of Contact (to include phone number and e-mail address). D. Web site, if applicable. E. State if your company is registered under NAICS code 611512 or not. F. State whether your company is a small, small disadvantaged, woman-owned small, HUB-Zone, or an 8(a) certified business concern. G. State the size of your company in terms of personnel. H. Briefly describe your company's degree of experience in providing MI-17 pilot and maintenance training. I. Identify any past or current Government contracts for the aforementioned or similar services that your company was awarded within the last three years. J. Briefly describe how your company can satisfy the requirements described in the attached PWS and your associated technical capabilities; and any information you deem relevant to support your firm's capability to perform this requirement. K. Provide any relative, readily available pricing data/information (i.e., public catalogs and/or price lists). Any other pricing data, if submitted, shall be as a Rough Order of Magnitude (ROM). L. Provide any comments or recommendations for the PWS. 8. Responses are due no later than 1600 CDT, Wednesday, 9 October 2009, and shall be electronically submitted to both the Contracting Officer, Ms. Mildred Vigil, at mildred.vigil@randolph.af.mil, Mr. Stephen Cilea at stephen.cilea@randolph.af.mil and david.ferrier.ctr@randolph.af.mil in a Word 97 (or above) or Adobe PDF file format. 9. Questions relative to this market research should be sent electronically Ms Mildred Vigil and Mr. Stephen Cilea. Points of Contact Mildred Vigil, Contracting Office, Phone 210 652-7829, Fax 210-652-2301, Email mildred.vigil@randolph.af.mil Stephen Cilea, Program Manager, Phone (210) 652-9881, Email stephen.cilea@randolph.af.mil Mr. David Ferrier, Air Advisor Rotary-wing, Phone (210) 652-7625, Email david.ferrier.ctr@randolph.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/AETCCONSLGCU_MI-17/listing.html)
 
Place of Performance
Address: Unknown -- Contractor's Facility, United States
 
Record
SN01970487-W 20090927/090926000946-2a04899a1afff25b920363983f63e601 (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.