Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

U -- Flight training for deHavilland DHC-7 PILOT QUALIFICATION AND REFRESHER TRAINING using a full-motion flight simulator. [Note: This is the same RFI posted earlier under solicitation - W911W4FLIGHTTRAINING.]

Notice Date
2/27/2014
 
Notice Type
Cancellation
 
NAICS
611512 — Flight Training
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4FLIGHTTRAINING-2
 
Response Due
3/13/2014
 
Archive Date
4/28/2014
 
Point of Contact
J. Burk Voigt, 703-428-4548
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(jack.b.voigt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement represents a Request for Information (RFI) by HQ US Army Intelligence and Security Command (HQ INSCOM) to determine if there are potential sources to provide deHavilland DHC-7 PILOT QUALIFICATION AND REFRESHER TRAINING using a full-motion flight simulator. The simulator should be configurable as the military version of the deHavilland DHC-7 aircraft, i.e., the EO-5C Aerial Reconnaissance Low (ARL). PURPOSE This is a Request for Information (RFI) only. This RFI is issued solely for information gathering and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government shall not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI shall be solely at the interested parties' expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it shall be synopsized on Federal Business Opportunities (FedbizOpps) at https://www.fbo.gov. It is the responsibility of potential offerors to monitor FedbizOpps for additional information pertaining to this requirement. OBJECTIVE The objective of this RFI is to identify responsible sources and interested parties who have proven solutions that can meet the requirements. INSTRUCTIONS TO RESPONDENTS Interested parties should provide a description of their capabilities, a qualification statement, and examples demonstrating their capabilities to satisfy the requirements detailed in the REQUIREMENTS paragraph of this announcement. Companies or parties are to submit responses in Microsoft Office or Adobe Acrobat compatible electronic format. The maximum page limit for responses is 30 pages, 8.5 inches x 11 inches, including attachments, figures, and/or drawings, and no smaller than size 12 font. Responses must include: a) Company Name, Address, CAGE Code, Industry Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and e-mail address. b) Complete training description. c) Overall capabilities of the training as compared against the REQUIREMENTS section of this announcement. d) Detailed information regarding the system capabilities/performance (certification, calibration, etc.). e) Available simulators and training locations. REQUIREMENT The contractor shall provide deHavilland DHC-7 pilot initial qualification and refresher training using a full-motion flight simulator. The contractor shall provide a simulator, real property facilities, supporting equipment and materials necessary to conduct DHC-7 Initial Qualification Course(s) and DHC-7 Refresher Course(s). The Initial Qualification Course shall include academic and simulator training for U.S. Army fixed wing multi-engine rated pilots. The Refresher Course shall include academic and simulator training for U.S. Army EO-5C ARL pilots. The contractor shall provide all management, administration, supervision, labor, equipment, tools, materials, literature, publications, and other items or services necessary to perform the services. The contractor shall maintain/modify existing simulator as required to integrate new and emerging flight system-specific training, i.e., global positioning system training, digital display cockpit training, etc. CERTIFICATION/REQUIREMENTS The contractor shall ensure that all contractor personnel possess the appropriate certificates and qualifications in accordance with Federal Aviation Regulations Parts 61 (Certifications), 121 (Operating requirements, Domestic, Flag and Supplemental Operations), 135 (Operating requirements: Commuter and on Demand Operations and Rules Governing Persons on Board Such Aircraft), 142 (Training Centers) and exemptions. All instructors will possess valid certificates while providing instruction to students. The purpose of this notice is to identify capable and interested vendors. Submissions are required Not Later Than (NLT) 4 PM (EST), 13 MARCH 2014 to the following POCs listed below. Points of Contact (POCs): Burk Voigt Contract Specialist (703) 428-4575 j.burk.voigt.civ@mail.mil AND Gregory Clark Contracting Officer (703) 428-4517 gregory.clark5.civ@mail.mil. DISCUSSIONS An industry day is not contemplated at this time. The Government may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses, the quality of submissions and the specifications in the information provided. However, the Government is under no obligation to conduct these sessions. Any revision to this RFI based on comments received remains solely at the Government's discretion. The above information is for sources sought purposes only. SPECIAL NOTICE Respondent's attention is directed to the fact that contractor consultants and advisors to the Government will review and provide support during the review and evaluation of submissions. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submissions in response to this RFI constitute approval to release the submission to Government contractor support personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4FLIGHTTRAINING-2/listing.html)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
 
Record
SN03298470-W 20140301/140227234655-192e7503c2072e83eb64806eef7a6583 (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.