Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SOURCES SOUGHT

U -- Advanced Flight Training Support Services - DRAFT PWS

Notice Date
7/13/2017
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W9124G-18-R-AdvancedFlightTrainingSpptSvcs
 
Archive Date
8/12/2017
 
Point of Contact
William R. Wright, Phone: 7575018126, Linda Whitlock, Phone: 757-501-8134
 
E-Mail Address
william.r.wright286.civ@mail.mil, linda.d.whitlock.civ@mail.mil
(william.r.wright286.civ@mail.mil, linda.d.whitlock.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement (PWS) This Information is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This is a Sources Sought Synopsis to identify and determine, what the capabilities and interests of the marketplace are for firms, providing Advanced Helicopter Flight Training Support Services. The contractor shall provide all personnel, supervision, and non-personal services necessary to perform Advanced Helicopter Flight Training Support Services as defined in this PWS except for those items specified as Government furnished property and services. Interested companies shall be registered in the System for Award Management (SAM) Database, under NAICS Code 611512 (Flight Training). The size standard is $27,500,000.00. The Market Research being conducted for this acquisition is to Advanced Helicopter Flight Training Support Services. Place of Performance is Fort Rucker, AL. Problem Statement: The United States Army Aviation Center of Excellence (USAACE), 110TH Aviation Brigade, mission is to provide the Army with professionally trained aviators and non-rated crew members through planning, coordinating and executing formal flight instruction at the undergraduate and graduate level. The brigade consists of the Headquarters and Headquarters Company which provides staff assistance to the four subordinate battalions: 1-11th, 1-14th, 1-212th, and 1-223rd. Each battalion has a unique mission. The brigade also provides crash rescue, air ambulance support to the USAACE and the surrounding communities and serves as the Department of the Army Night Vision Device training and Operations staff agency. The 110th has a diverse mission and continues to support the Army Aviation Branch by producing the world's best Army Aviators. Objectives. To provide the United States Army Aviation Center of Excellence, 110TH Aviation Brigade support, with the following: Flight training and flight training support to execute the advanced rotary wing training courses Balanced training for all student pilots by preparing them for the field in "Go to War" aircraft Support of EURO-NATO and Foreign Military Training. All work shall be performed in accordance with the attached DRAFT Performance Work Statement (PWS). The training capability (ESTIMATED*) varies by airframe and is detailed below: • UH-60A/L IP: Daily training capability of 16 flight students (8 - 2:1 student sets) • UH-60A/L ME: Daily training capability of 12 flight students (6 - 2:1 student sets) • AH-64D IP: Daily training capability for 82 flight students (41 - 2:1 student sets) • CH-47F IP: Daily training capability for 16 flight students (8- 2:1 student sets) • CH-47F FE NRCM: Daily support capability for 5 aircraft (10 - 1:2 aircraft: FE sets) This Sources Sought notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this Sources Sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. A continuing need is anticipated for which is currently being fulfilled through current contract # W911S0-14-D-0002. Attached is the DRAFT Performance Work Statement (PWS). Interested potential Offerors are encouraged to ask questions or provide comments with their submissions. In response to this Sources Sought, please provide a Corporate Capability Statement that includes the following: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status, and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that may be pursued, if any. 3. Provide information in sufficient detail. Summarize experience tailored to the specifics of this effort outlined in the draft Performance Work Statement (PWS). Indicate whether you were a prime contractor or subcontractor for similar requirements. Include size, scope, complexity, timeframe, government or commercial and add pertinent certifications, etc. Any suggestions for innovative and new conceptual ideas to achieve the stated objective are encouraged. 4. The capability statement shall consist of electronic documents in a format readable and usable by Microsoft (MS) Word 2013 (12 point font), or in PDF format viewable with the standard Adobe Acrobat Reader. No zipped files will be accepted. Telephone requests will not be accepted or acknowledged, and no feedback will be provided to companies regarding their submissions. 5. Responses will be reviewed to identify the firms' capability to fulfill the Government's requirements. Any information submitted by respondents to this Sources Sought synopsis is voluntary. 6. Submission Instructions: Interested companies who consider themselves qualified to perform the services listed in the attached draft PWS and as stated in this Sources Sought notice are invited to submit a response to this Sources Sought Notice/RFI by 2:00 PM EDT on 28 July, 2017. All responses under this Sources Sought Notice/RFI must be emailed to william.r.wright286.civ@mail.mil, or linda.d.whitlock.civ@mail.mil, with the subject line Advanced Helicopter Flight Training Support Services Sources Sought. 7. Identify how the U.S. Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, scott.d.kukes@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 9. Proprietary Data: All information submittals containing proprietary data must be appropriately marked. It is the respondent's responsibility to clearly define to the Government what is considered to be proprietary data. Point of Contact(s): William R. Wright, 757-501-8126, or Linda D. Whitlock, 757-501-8121.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/55a1cb56c46b3c6dbd8ae59089783e45)
 
Place of Performance
Address: Fort Rucker, AL, Dothan, Alabama, 36362, United States
Zip Code: 36362
 
Record
SN04578412-W 20170715/170713235357-55a1cb56c46b3c6dbd8ae59089783e45 (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.