Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

U -- UAS Vendor Training Program

Notice Date
4/7/2010
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
HSBP1010RFI
 
Archive Date
5/14/2010
 
Point of Contact
Stephanie F Alexander, Phone: 202-344-1168
 
E-Mail Address
stephanie.alexander@dhs.gov
(stephanie.alexander@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
1. Introduction: The U.S. Customs and Border Protection (CBP) Office of Air and Marine (OAM), hereby issues a Request for Information (RFI) pursuant to Federal Acquisition Regulations (FAR) 15.201(e) to seek information on Unmanned Aircraft Systems (UAS) Vendor Training Programs. 2. Description: The goal of this RFI is to identify UAS Vendor Training Programs that meet CBP OAM's potential requirements. The primary purpose of the training program is to establish and maintain flying proficiency for Unmanned Aerial Systems pilots and sensor operators. CBP is significantly increasing the number of UASs, specifically the MQ-9 Reaper, patrolling the nation's borders and maritime avenues of approach. 3. Information Requested: CBP is interested in obtaining information on a UAS training program for MQ-9 Predator B (Reaper) operators to the Federal Aviation Administration (FAA) Commercial Pilot and Pilot rating standards as set forth in Title 14, Code of Federal Regulations (14 CFR) also known as the Federal Aviation Regulations (FAR). These personnel may or may not possess other pilot certificates/ratings/MQ-9 experience. Requested information shall address capability in the following areas of interest: (a) Training which can be conducted to a single philosophy of standardization, safety, and continuity. The courses shall be methodical, structured, detailed and emphasize positive crew resource management. (b) Information regarding the following types of courses of instruction for the MQ-9: Initial / Transition Refresher / Annual Refresher Additional hourly training as coordinated on case-by-case basis (c) Capability to train personnel to the following four positions; Mission Control Element (MCE) Pilot in Command (PIC), Launch and Recovery Element (LRE) PIC, MCE Sensor Operator (SO) and LRE SO: The MCE portion of flight consists of a Pilot and SO crew and is the phase of flight after launch (takeoff) and before recovery (landing). The LRE portion of flight consists of a Pilot and SO crew and is the phase of flight from preflight to after takeoff and prior to before landing to engine shut down. (d) The envisioned Contractor provided Pilot and SO training may or may not include an actual aircraft or training simulator device. However, if available, the training simulator (SIM) device is envisioned to be a full up combination MQ-9 Crew Training Device/Ground Control Station for both the Pilot and SO. The SIM shall have four (4) positions for the following purposes: Pilot trainee position Instructor panel / position for the Pilot trainee SO trainee position Instructor panel / position for the SO trainee These four positions shall be appropriately equipped (e) The envisioned contractor shall provide all equipment and personnel for MQ-9 courses to include but not limited to: Current printed training materials, posters, guides, pilot and SO operating handbooks / manuals, Generation oral and written test guides and questions Instructors for both academics (Ground School) and simulator training sessions A Primary and Alternate Scheduling point of contact An On Site Training Program Manager with appropriate duties and responsibilities Training facilities / classrooms, break areas, bathrooms, state of the art personal / desktop computer terminals for Internet access for at least two trainees to include email, MS Office and Internet access (f) Regular updates, maintenance and support of all training materials and equipment to include the training simulator (if available) on at least an annual basis. 4. Disclaimer: This sources sought notice is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue and RFP in the future. CBP may seek proposals in the near future and will not accept unsolicited proposals at this time. This notice does not commit the Government to contract for any supply or service whatsoever. Participation does not imply any obligation on the part of the Government. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the responder's expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website. It is the responsibility of potential offerors to monitor these sites for additional information. Proprietary information will be protected to the greatest extent provided by law. Any questions concerning this RFI or its accompanying documents must be submitted via e-mail to stephanie.alexander@dhs.gov. 5. Responses: Responses to this RFI shall not exceed ten (10) pages (including cover letter) and shall be received via email to stephanie.alexander@dhs.gov not later than 12:00 PM EST, April 29, 2010. In outlining your company's response, please provide a cover letter, which includes the following: Number of years of corporate experience Business size Primary type of services provided Primary point of contact GSA schedule contract number, if applicable Address Telephone number Fax Number E-mail address for POC Contractors are encouraged to mark each page believed to contain corporate sensitive information with the note "Proprietary Information".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP1010RFI/listing.html)
 
Record
SN02115458-W 20100409/100407235424-6cde549969bcdc5b9ec7c34372b45f71 (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.