Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 21, 2015 FBO #5111
SOURCES SOUGHT

U -- Parachute Training DBSL/HAHO ATIC - Source Sought Document

Notice Date
11/19/2015
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M0068116R0004
 
Archive Date
11/24/2015
 
Point of Contact
Diana Lynch-Maldonado, Phone: 7607253313, Rebecca Longo, Phone: 7607258452
 
E-Mail Address
Diana.Lynch-Maldona@usmc.mil, rebecca.longo@usmc.mil
(Diana.Lynch-Maldona@usmc.mil, rebecca.longo@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is NOT a request for quotation and in no way obligates the Government to award any contract/purchase order. The purpose of this sources sought synopsis is to seek out interested small businesses capable of fulfilling the service requirement. RESPONSES DUE BY 3PM PST, November 23, 2015. The MCI-West Regional Contracting Office, Camp Pendleton, California is performing market research to determine available sources that can provide training to 30 Marines: 1. The period of performance is for two periods: -19 January 2016 to 31 January 2016 DBSL AMTT Training; and -1 February 2016 to 10 February 2016 ATIC HAHO Training. 2. Utilization of a TECOM supported Airborne Mobile Training Team that shall build a two-team double bag static line (DBSL) capability. (Reconnaissance Training & Readiness Tasks and DBSL Course IAW AMTT) 3. Provide Advanced Tactical Infiltration Course (ATIC) with High Altitude High Opening (HAHO) advanced insert capability. Provide Subject matter expertise (SME) (DOD Certified) Advanced Tactical Infiltration Course level instructors. Contractor shall film the team's exit and flight pattern, and land safely with the team and conduct a video based debrief. ATIC course (IAW ATTP 3-18.11) shall conduct jumps according to requirements of MCWP 2-25 Category 2. 4. T he Contractor shall provide 45 operational blade hours of aircraft (20 blade hours to the DBSL AMTT and 25 blade hours to Advanced HAHO training. 5. Instructors shall be/have: a. USPA "Accelerated Free Fall (AFF)" Instructor, or a former Military Free Fall Instructor, or a former Airborne Mobile Training Team Instructor. b. Graduate of the Multi-Mission Parachutist Course or qualified on the Multi-Mission Parachute System (MMPS) by the manufacturer in all configurations c. Graduate or instructor of the Army's Advanced Infiltration Course (ATIC) d. Qualified with current High Altitude Parachutist (HAP) initial qualification for operations requiring the use of supplemental oxygen. e. A current Federal Aviation Administration Medical Certificate Third Class or be medically qualified to participate in Military Free Fall operations. f. Completed one jump in the last six months using the MMPS to be current on the MMPS. If an individual is not current and intends to use government owned parachute equipment or aircraft, they must conduct documented refresher training, to including packing of the main parachute, with a current MFFJM and parachute rigger prior to executing any airborne operations. g. AUTHORIZED TRAIN-THE-TRAINERS (as defined by ATTP 3-18.11/AFMAN 11-411(I)/NTTP 3-05.26M 14 October 2011, Appendix C) The initial train-the-trainer qualifications will be done by individuals who have completed the Tactical Infiltration Course at Yuma Proving Ground (completion dates inclusive from January 2010) or through members of the MFF School Tactical Application Detachment. 6. The Contractor shall provide (1) aircraft, capable of conducting DBSL parachute operations from an altitude not to exceed 25,000ft MSL utilizing a rear ramp exit. This aircraft must be an approved Air Mobility Command aircraft (DOD approved Intrastate Commercial Carriers per DoDI 4500.53), which is authorized to conduct parachute operations with DoD personnel. The aircraft must be capable of supporting 10 combat loaded Marines and 2 Free Fall Jump Masters simultaneously. 7. The contractor is responsible for all aircraft maintenance, mechanical support and airfield storage. Contractor shall provide commercial grade aviation fuel for onsite via pressurized fuel truck. 8. Airfield must be capable of supporting military fixed wing aircraft for landing, taking-off and maneuvering on the ground. 9. Primary lift support for the training unit will be military aircraft (KC-130J requirement). 10. Adequate facilities shall be provided for training area with direct access to aircraft and loading areas, parachute packing space, climate controlled classroom spaces available for formal/informal instruction, a secure climate controlled area with double lock capability and authorized access to only 1st Reconnaissance Para-loft personnel is required per MCO 3120.11A, for storage of all parachutes and parachute related gear. 11. Contractor will coordinate municipal or county Crash Crew and Paramedics onsite 24/7 required for MILAIR operations, coordinate medical support in the form of air medevac capabilities, and provide liaison to medical facilities in the area. 12. The Contractor shall provide Drop Zone landing jumper and parachute recovery capability. 13. The Contractor shall provide (5) Zone Availability Report (ZAR) listed drop zones. 14. Additional training in Night Vision Goggle (NVG) emergency procedures and Terrain Considerations. The applicable NAICS code is 611699 with a small business size standard of $11.0 Million Dollars. In addition, interested vendors shall provide the following information: 1. Is your business a large or small business under this NAICS code? 2. If the size standard is small, indicate if your firm is certified under Section 8(a) of the Small Business Act, HubZone certified, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, Small Disadvantaged Business or Small Business. 3. Are the services available under a GSA/FSS contract? If so, please provide contract number. 4. These services been acquired by any government agencies? If so, please provide names of agencies, POCs and contract numbers. 5. Cage Code and DUNS Number. Cage Code and DUNS number must be registered on Systems for Award Management (https://www.sam.gov)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068116R0004/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03950136-W 20151121/151119234429-d2e80db0ff1d34ca5e519b9a6460628e (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.