SOURCES SOUGHT
U -- MICC Fort Rucker is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to provied Rotary Wing Flight Training and Flight Training Service Support.
- Notice Date
- 4/10/2014
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- MICC - Fort Rucker, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000
- ZIP Code
- 36362-5000
- Solicitation Number
- W9124G
- Response Due
- 5/5/2014
- Archive Date
- 6/9/2014
- Point of Contact
- Shemeka Ricks, 3342551516
- E-Mail Address
-
MICC - Fort Rucker
(shemeka.s.ricks@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command (MICC)-Fort Rucker, AL is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Rotary Wing Flight Training and Flight Training Service Support. The Army requests information in regards to which firms would be interested in competing for these services and input on possible solutions or ways to overcome barriers to competition that may exist. If there are no interested parties other than the incumbent, the Army will seek to procure the services through a sole source vehicle. We request a business case package in which a convincing argument is made as to your willingness to compete for the requirement, your capability to provide the services, and the feasibility to the U.S. Army as to any recommendations that you make to enhance the competitive nature of this action. This requirement is for Rotary Wing Flight Training, Flight Training Support, and Flight Training Service Support to provide qualified U.S. Army, Army Reserve, Army National Guard, U.S. Air Force, and Foreign Military helicopter pilots and instructor's pilots, at Fort Rucker, Alabama. The Contractor shall provide Undergraduate Initial Entry Rotary Wing and selected Graduate course flight training, simulator flight training, and flight academics in accordance with USAACE approved syllabi, Program of Instructions, Flight Training Guides, and contract performance objectives. The Contractor shall provide academic testing and flight evaluation; administration of student flight records; analysis of student performance; scheduling of academic lectures, simulators, and flight missions; accountability, reproduction, and distribution of courseware materials and mandatory publications; and management accountability, maintenance, and security of government Furnished Equipment. Technical/Functional Requirements. The services to be performed shall include personnel with the appropriate certificates and qualifications to instruct flight students to include current Federal Aviation Administration (FAA) certificates as well as logged air time and personnel management with experience supervising rotary wing flight training, and a unionized workforce. The estimated annual student attendance consists of 1050 students for the Initial Entry Rotary Wing training, 180 students for the Rotary Wing Instrument Flight Examiners Course, 200 students for various Air Force rotary wing courses of instruction, and 20 students for various Foreign Military rotary wing courses. The Government is looking for interested parties that are capable of providing training in single and multi engine helicopters, simulator training devices, and classroom instruction. All aircraft, simulators and classrooms, etc. shall be provided by the government. Responses are limited to twenty-five (25) pages. The designated NAICS Code is 611512, Flight Training, with a small business size standard of $25.5M. It is required that all contractors doing business with the Government be registered with the System for Award Management (SAM) at website: https://www.sam.gov. Your response shall include the following information: size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.),revenue for last three years, number of employees, information on company's ability to sustain growth (including any lines of credit), relevant past performance on same/similar work for not more than three years and your company's capability and capacity to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for this Government to determine that you company possesses the necessary function area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent by email only to Chris Martin, christopher.w.martin24.civ@mail.mil or Shemeka Ricks, shemeka.s.ricks.civ@mail.mil NO LATER THAN 05 May, 2014. Any questions shall be directed to Shemeka Ricks, shemeka.s.ricks.civ@mail.mil or Chris Martin, christopher.w.martin24.civ@mail.mil. No proposals are requested by this announcement; all responses shall be solely in the form of information and materials. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. Further, the Government is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FEDBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5a82ef450a4465e4ec313ff43d3c9e0b)
- Place of Performance
- Address: MICC - Fort Rucker Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380 Fort Rucker AL
- Zip Code: 36362-5000
- Zip Code: 36362-5000
- Record
- SN03335882-W 20140412/140410235407-5a82ef450a4465e4ec313ff43d3c9e0b (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 |