Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2011 FBO #3472
SOURCES SOUGHT

U -- Iraqi Air Force English Language & Fixed Wing Flight Training Programs

Notice Date
5/26/2011
 
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
FA3002-11-X-0004
 
Archive Date
6/25/2011
 
Point of Contact
Suzanne Davenport, Phone: 2106522425
 
E-Mail Address
suzanne.davenport.1@us.af.mil
(suzanne.davenport.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable contractors to provide non-personal services in support of the Iraqi Air Force (IqAF) English Language Training (ELT) and a Flight Training School (FTS) mission to support the Iraqi Air Force. Place of performance is Kirkuk Air Base, Iraq. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is not a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Should a future requirement evolve from this preliminary planning process, it is anticipated the period of performance will be a base of one year plus two (2), one (1)-year option periods. It is also anticipated the type of contract will be a Firm Fixed Price contract. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512, Flight Training and the small business size standard is $25.5 Million. Description of Services Requirement. (Note: The description herein is a summary of anticipated services and is not intended to be all-inclusive.) The FTS will consist of English Language Training (ELT), Initial Flight Screening (IFS), Primary Pilot Training (PPT), Pilot Refresher Training (PRT), Pilot Instructor Training (PIT), Simulator Instructor Training (SIT), Simulator Maintenance Training (SMT) and Simulator Service Provider Logistics Support (SCLS) Programs. All instruction and technical information shall be in the English language. The objective of this training is to provide the necessary skills to the IqAF resulting in a turn-key ELT program for pilot candidates who possess a minimum of seventy (70) English Comprehension Level (ECL) (Minimum Technical Proficiency) for entry into IFS, eighty (80) ECL (Full Technical Proficiency) for entry into PRT/PIT and an International Civil Aviation Organization (ICAO) Level 6 (Expert - will not be required to demonstrate English language proficiency in the future) as identified by the IqAF; provide ELT to identified IqAF technicians identified to operate and maintain the Cessna 172/208B flight simulators; conduct Cessna-172 Initial Flight Screening (IFS) for the IqAF resulting in pilot candidates who possess the basic skills who can safely fly an aircraft with instructor supervision to a training area to perform dual only maneuvers and fly an aircraft solo in the traffic pattern; conduct PPT Cessna-172 and 208 Primary Pilot Training for the IqAF resulting in pilots who can operate aircraft solo to an offsite location safely, perform emergency procedures IAW the flight manual, perform IFR (aircraft or simulator) departure, flight, navigation, approach, and landing; conduct a turn-key PRT program consisting of Instrument and Simulator Refresher Training which will provide qualified pilots with refresher training in order to maintain currency; establish and conduct a turn-key PIT/SIT program for the IqAF resulting in Instructor Pilots (IP) who can assume all academic and flight instruction by end of the PoP using the train-the-trainer concept; establish and conduct a turn-key SMT/SCLS program/services for the IqAF resulting in an IqAF organic maintenance and sustainment capability for Cessna-172/208B simulators. Training shall be to the level necessary to allow students a thorough understanding of English and Pilot Training Programs so that at the end of their training they can perform all tasks IAW applicable technical data without supervision. Systems included are: Twelve (12) Cessna-172s (w Thielert diesel-engine mod); Five (5) Cessna-208Bs; Three (3) FAA Level 5 Cessna-172 Flight Training Devices (Frasca TruFlite non-motion with 220 degree horizontal FOV visual system); Two (2) FAA Level 5 Cessna 208B Flight Training Devices (Frasca TruFlite non-motion with 220 degree horizontal FOV visual system). If your firm is capable of providing the requirements described above, please provide a Capability Statement to Suzanne Davenport @ suzanne.davenport.1@us.af.mil by 10 June 2011@ 1400 CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-11-X-0004/listing.html)
 
Place of Performance
Address: Kirkuk Air Base, Iraq, United States
 
Record
SN02457893-W 20110528/110526234729-86cb40e2d3a8f7aa843cca0138ea6ec5 (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.