Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOURCES SOUGHT

15 -- Fixed Wing- Pilatus PC-12 Next Generation Pilot/Mission Sensor Operator Training (Intelligence, Surveillance, and Reconaissance Cessna 208 Mission Pilot/Mission Sensor Operator and Flying Crew Chief Loadmaster Training (Airland/Airdrop/Intelligence, Surve - Draft PWS

Notice Date
5/7/2015
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
RFI-05-2015-338-SCONS
 
Point of Contact
Linda McGhee, Phone: 2106528601, Gregory L. Vistuba, Phone: 2106522011
 
E-Mail Address
linda.mcghee@us.af.mil, gregory.vistuba@us.af.mil
(linda.mcghee@us.af.mil, gregory.vistuba@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix C Appendix B Appendix A Attachment 8- USAF FCC LM Training Curriculum Requirement Cessna 208 Attachment 7- USAF Instructor MSO Training Curriculum Requirement Cessna 208 Attachment 6-USAF Pilot Tactical Air-land ISR Mission Training Curriculum Requirements Attachment 5- USAF Pilot Tactical Air-land Airdrop Mission Training Curriculum Requirement Cessna 208 Attachment 4-USAF Instructor MSO Training curriculum Requirement PC 12 Attachment 3- Instructor Pilot Training Curriculum Requirements-PC 12 Attachment 2-AETC11-2 Air Advisor Vol. 1 & 2 Attachment 1-Estimated Workload Data Draft Performance Work Statement for the PC 12 and Cessna 208 Fixed Wing Air Advisor Training AFICA PC12-CESSNA 208 TRAINING RFI-05-2015-338 SCONS Fixed Wing Air Advisor (AA) Training Pilatus PC-12 Next Generation (NG) Pilot/Mission Sensor Operator (MSO) Training, ( Intelligence, Surveillance, and Reconnaissance (ISR)) Cessna-208 Mission Pilot/Mission Sensor Operator (MSO) and Flying Crew Chief (FCC)/Loadmaster (LM) Training (Airland/Airdrop / Intelligence, Surveillance, and Reconnaissance (ISR)) THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI will be treated as information only and will not be used as a proposal. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise because of a contractor's submission of a response to this announcement or the Government's use of such information. The information provided may be used by the Government in developing its acquisition strategy and performance work statement /statement of objectives and performance specifications. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. Not responding to the RFI does not preclude participation in any future solicitations. The information provided in this RFI is subject to change and is not binding on the Government. SUMMARY: AFICA 338 SCONS/PKD and Headquarters (HQ) Air Education Training Command (AETC) are seeking information concerning industry capability to provide non-personal services in support of the Pilatus PC-12 Next Generation (NG) Pilot/ Mission Sensor Operator (MSO) training and/or Cessna 208 Pilot/MSO and Flying Crew Chief (FCC)/Loadmaster (LM) mission training. United States Government (USG) personnel are required to fly and maintain the Pilatus PC-12 and Cessna 208 aircraft. USG has an annual training requirement of approximately16 PC-12 pilots/12 PC-12 MSOs and 24 C-208 pilots/12 MSOs/12 FCC/LM Air Advisors. TECHNICAL DESCRIPTION: This is a non-personal services contract to provide Pilatus PC-12 NG Pilot/MSO (Intelligence Surveillance Reconnaissance (ISR)/Airland/Airdrop) initial qualification and mission training and/or Cessna 208 Pilot/MSO and FCC/LM mission (airland/cargo, airdrop/ISR) training. All training will be validated by a USAF Form-8 checkride (as required) in either the Pilatus PC-12 NG or the Cessna 208 aircraft. •1. Pilatus PC-12-NG: The contractor shall provide all services necessary to ensure USG instructor personnel are able to perform: •a. Instructor and Pilot in Command (PIC) duties, including day, night unaided and night w/ Night Vision Goggles (NVG's) in the Pilatus PC-12-NG equipped with the Primus APEX Avionics Suite. •b. Instructor MSOs are able to perform sensor operator, airland/cargo, Casualty Evacuation (CASEVAC) and airdrop duties (as required) and be familiar with NVG operations in the Pilatus PC-12 equipped with: • i. Honeywell APEX Avionics suite • ii. Harbinger or Burma Mapping/Mission Software. • iii. FLIR Star SAFIRE III with Universal Hand Controller (UHCU) ISR mission equipment • iv. Tactical Video transmitter and receiver • v. Portable hand-held video receiver (I.E. Rover) • vi. Pilot/Co-pilot Tactical Video Monitor (1 required) • vii. Harris 7800 M-MP (or equivalent) UHF/VHF radios in the cabin (Two desired, one mandatory). • viii. Harris 7800 H-MP (or equivalent) HF Radio in the cabin (one desired, none mandatory) •2. Cessna208(ISR): The contractor shall provide all services necessary to ensure USG instructor personnel are able to perform: •a. Instructor and Pilot in Command (PIC) duties, including day, night unaided and night w/ Night Vision Goggles (NVG's) in the Cessna 208 equipped with the Garmin 1000 Avionics Suite. •b. Instructor MSOs are able to perform sensor operator, airland/cargo and CASEVAC duties and be familiar with NVG operations in the Cessna 208 will be equipped with: • i. CARTENAV AIMS-HD Mapping/Mission Software Operations, • ii. WESCAM MX-15HDi & MX-15 Hand Controller ISR mission equipment • iii. Harris 7800 U/VHF Mission Radios or equivalent for air-ground communications. • iv. Airborne Data -Link Capabilities •3. Cessna208(Airland/Airdrop): The contractor shall provide all services necessary to ensure USG instructor pilots are able to perform: •a. Instructor and Pilot in Command (PIC) duties, including day, night unaided and night with Night Vision Goggles (NVG's) in the Cessna 208 equipped with the Garmin 1000 Avionics Suite. •b. FCC/LM are able to perform Flying Crew Chief and Loadmaster duties (airland/cargo, CASEVAC, airdrop, instructor LM as required) including day, night unaided and night with Night Vision Goggles (NVG's) in the Cessna 208 equipped with the Garmin 1000 Avionics Suite with the cargo door removed or roller door installed, and with anchor cable attachment for static line airdrop operations. R ESPONSE FORMAT: Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than 20 pages: This RFI is for market research and planning purposes only. Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing. Note: Funds are not presently available for this effort. Proprietary information should be kept to the minimum and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Include additional information that would be of value to the government--please mark as "additional information." The Capability Statement should include general information and technical background describing your firm's capability and experience in contracts requiring similar efforts to meet the program objectives. At a minimum, the following information is requested: •1. What past experience has your company had specific to airborne ISR training or operations in the Pilatus PC-12 and Cessna 208? •a. Does your company currently possess any ISR related flight training program contracts? If so, please expound on those contracts and the name of the issuing organization. •b. Does your company possess any airdrop related flight training program contracts? If so, expound on those contracts and the name of the issuing organization. •2. What are some unique technical expertise training taught by your company? •3. Describe how your company would provide the aircraft to meet any or all portions of the anticipated requirement. •4. Describe your capability to provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the desired training. Include: •a. How long of a mobilization period would be required? •5. Will the contractor purchase or lease equipment needed for training? •6. If the aircraft is to be leased: •a. Describe the elements and costs included in an operating lease of the aircraft and associated Ground Based Training System (GBTS). •b. Describe the maintenance/logistics infrastructure, procedures, spares, and rough order of magnitude costs to support. •c. What is the monthly and annual aircraft flying hour limit with a lease? •d. What is the cost of contract lease termination? •e. Are aircraft and maintenance packages (if included) deployable for offsite operations under lease? •f. How much advanced notification is required for non-scheduled classes if the aircraft is leased and/or not on station? •7. Describe the contractor's abilities to provide all or part of the training designated in the draft PWS. •a. Describe which training can and cannot be accomplished. •8. Describe how the PC-12-NG aircraft is configured to meet the training listed in the draft PWS. •9. Describe how the C208 aircraft is configured to meet the training listed in the draft PWS. •10. Discuss your ability to provide GBTS, please address the following: •a. Realistic replication of aircraft normal procedures •b. Emergency procedures •c. Aircraft handling characteristics •11. Will training be co-located at one site in the United States? •a. If not co-located, describe the logistics/process involved in completing the training within the prescribed time allotted in the draft PWS. •b. If not co-located will the contractor provide transportation? •c. Is the contractor's training facility located near (30 minutes flight time) a drop zone and does the contractor have access to use the drop zone for airdrop training to include live drops? If not, describe how training will be conducted. •d. Does the contractor have access to ranges or operating areas? •e. What short/soft landing areas are available for training within 30 minutes flight time of the proposed training location? •12. Provide details of your capabilities to develop training syllabi and courseware in accordance with the draft PWS. •13. Describe your capability to complete all training courses listed in the draft PWS in the prescribed time. •a. How often can the contractor conduct a course/class? •b. What is the maximum number of students that can be trained (per class) in each category described in the draft PWS? •14. How many different courses/classes can be conducted simultaneously? •15. Discuss your ability to provide current/recurrent training in the Pilatus PC-12 NG and Cessna 208 aircraft. •16. What is your current level of experience, knowledge and skill for FAA certified Flight Instructors (CFIs)? •a. If no levels available provide details of how you will provide certified CFIs to perform the tasks outlined in the draft PWS? •17. Discuss your policy on pilot in command in your aircraft, the use of USAF Standardization/Evaluation personnel. •a. Will the contractor insure USAF personnel to perform as Pilot-In-Command? •b. Provide details on what requirements exist to qualify USAF personnel to perform in this position (e.g. Training, minimum number of hours total and in type, currency, etc.) •18. Small Business (SB) Set-Aside Determination. The Government reserves the right to decide whether a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. •19. Provide Company name, Point of Contact name, telephone number, fax number, street address, e-mail address, website, company cage code, and socio-economic/business size status. •20. Large businesses will be required to provide a small business-subcontracting plan indicating whether they can meet Air Force minimum subcontracting goals (36.7% of subcontracts to small businesses, 3% to service-disabled veteran-owned small businesses, 5% to small disadvantaged businesses, 5% to woman-owned small businesses, and 3% to Historically Underutilized Business Zones (HUB Zone) small businesses). Subcontractors include any company that is contracted with for services or supplies that would support this contract. If you are a large business under NAICS 611512, indicate if goals are obtainable or provide brief rationale why goals cannot be meet, what percentage of the total subcontracting dollars could be subcontracted to each small business category and the basis of the percentages proposed. NOTE: Small businesses may be located through the Dynamic Small Business Search at http://dsbs.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b273bafc2b81f83a3350c0a4bff2359)
 
Record
SN03723625-W 20150509/150507234952-6b273bafc2b81f83a3350c0a4bff2359 (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  © 1994-2020, Loren Data Corp.