Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SPECIAL NOTICE

U -- C-17 Aircrew and Maintenance Training Services - Extension of Services

Notice Date
12/17/2009
 
Notice Type
Special Notice
 
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
FA3002-05-D-0006
 
Archive Date
1/15/2010
 
Point of Contact
Germaine Miller, Phone: 210-652-6523
 
E-Mail Address
germaine.miller@randolph.af.mil
(germaine.miller@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE The Headquarters (HQ) Air Education and Training Command (AETC), Contracting Squadron CONS/LGCI, Randolph Air Force Base (AFB) Texas 78150, hereby formally announces the intent to exercise the contract Option to Extend Services, FAR clause 52.217-8, for contract FA3002-05-D-0006, which was awarded on a sole source basis to McDonnell Douglas Corporation, A Wholly Owned Subsidiary of the Boeing Company, St Louis MO 63166-0516. The extension period consists of 6 months, from 1 Jan 10 to 30 Jun 10. Contract FA3002-05-D-0006 is for C-17 Aircrew and Mainenance Training services, Type 1 Special Training, procured by AETC and presented under the auspices of the Air Force Security Assistance Training Program (AFSAT). The training is a combination of prepared classroom studies and hands-on practical application. It includes initial and continuation training for pilots, loadmasters and maintenance technicians. The contractor will also provide special skills training, such as air-refueling, airdrop, firefighter/rescue, core-integrated processor (CIP), instructor training and incidental maintenance training. This training is being conducted at various Government Owned - Contractor Operated (GOCO) C-17 training facilities. Boeing is also under contract with ASC/YWM (C-17 Training System Product Group at Wright-Patterson AFB OH) who operates these training facilities, along with the USAF owned training devices. Under this contract, Boeing also acquires the aircrew and maintenance training devices, provides instructor and facility staff, plus maintenance services for all training devices. Boeing is uniquely qualified and experienced in supplying this type of highly specialized training and training support services. Boeing is the Original Equipment Manufacturer (OEM) and the sole developer of the C-17 aircraft. The most capable source to continue delivering these services to current and future C-17 FMS customers is Boeing. Second, the acquisition or re-creation of C-17 technical data packages and software under contracts with other contractors would result in substantial duplication of cost to the government that is not expected to be recovered through competition. A re-compete would cause unacceptable delays in schedule for FMS customers. Boeing already owns the technical data packages and C-17 software. They have an experienced staff with extensive C-17 knowledge. Boeing has also provided sustained engineering for C-17 fleet support, continually updating technical data and software. Third, standardization and interoperability of C-17 flight and maintenance operations is a significant safety concern for the US government and foreign C-17 customers. This interoperable capability is contributing to the successes of on-going C-17 airlift operations in the Middle East. Providing this training via the same source, Boeing, for FMS C-17 customers would significantly increase standardization and interoperability among C-17 fleets in coalition operations and other global scenarios. This notice of intent is NOT a request for competitive proposals; however, all interested persons that identify to the Contracting Officer their intent and capabilities to satisfy the Government's requirement and are received withing 15 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed 6-month extension period based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. For specific questions, please contact the Contracting Officer, Ms. Germaine Miller, at germaine.miller@randolph.af.mil or telephone (210) 652-6523.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-05-D-0006/listing.html)
 
Place of Performance
Address: Various CONUS and OCONUS locations., United States
 
Record
SN02026650-W 20091219/091217235133-470989efee29abd3fa707916f8f8faac (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.