Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SPECIAL NOTICE

99 -- This announcement represents a Request for Information (RFI) by the US Army HQ INSCOM to determine potential sources for simulator initial pilot training of the RO-6A aircraft, a military derivative of the Bombardier DHC-8-315 aircraft.

Notice Date
12/18/2019 8:19:42 AM
 
Notice Type
Special Notice
 
Contracting Office
W6QK INSCOM ACQ CTR BELVOIR FORT BELVOIR VA 22060-5246 USA
 
ZIP Code
22060-5246
 
Solicitation Number
W50NH9RFIBombardier
 
Response Due
1/30/2020 10:00:00 AM
 
Archive Date
02/14/2020
 
Point of Contact
Mary Laing, Phone: 703-706-2418, Katrina Andrews, Phone: 703-428-5756
 
E-Mail Address
mary.f.laing.civ@mail.mil, katrina.r.andrews2.mil@mail.mil
(mary.f.laing.civ@mail.mil, katrina.r.andrews2.mil@mail.mil)
 
Description
This announcement represents a Request for Information (RFI) by the US Army HQ INSCOM to determine potential sources for simulator initial pilot training of the RO-6A aircraft, a military derivative of the Bombardier DHC-8-315 aircraft. CONFIDENTIALITY All information included in this RFI is confidential and only for the recipient knowledge. No information included in this document or in discussions connected to it may be disclosed to any other party. � � PURPOSE THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and shall 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 any is issued. If a solicitation is released, it shall be synopsized on Federal Business Opportunities https://beta.sam.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. OBJECTIVES The objectives of this RFI are to identify responsible sources and interested parties who have proven solutions that can meet requirements. For the purpose of this RFI, the term ""proven"" means solutions at a Technology Readiness Level (TRL) of 6 in accordance with the Technology Readiness Assessment Guide dated April 2011. INSTRUCTIONS TO RESPONDENTS Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the requirements detailed in the REQUIREMENTS paragraph of this announcement. Companies or parties are to submit responses in Adobe Acrobat compatible electronic format. The maximum page limit for responses is 30 pages, 8.5"" x 11"", 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: ����������� a. Identify at least one POC who is clearable to Special Access Programs ����������� 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 (prior �������� testing, test reports, etc.) � REQUIREMENT The contractor shall provide aircraft initial qualification and refresher training using a DHC-8-315 full motion flight simulator with the Universal Avionics EFI-890R cockpit suite. The contractor shall provide technical, as well as simulators and real property facilities, plus supporting equipment and materials necessary to conduct the Initial Qualification and Refresher Courses.� 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 RO-6A pilots.� The contractor shall provide all management, administration, supervision, labor, equipment, tools, materials, literature, publications, and other items or services necessary to perform the work except as specified herein as Government Furnished Equipment (GFE) and services.� In recognition of the fact that every flight training need cannot be foreseen for the entire life of this contract, a certain degree of flexibility toward future flight training requirements is needed.� The contractor shall remain flexible in integrating new service requirements such as global positioning system training, digital display cockpit training, or other new and emerging flight systems specific training. CERTIFICATION/REQUIREMENTS. The contractor shall ensure that all contractor personnel possess the appropriate certificates and qualifications in accordance with Federal Aviation Regulations (FARs) (Parts 61 (Certifications), 121 (Operating requirements, Domestic, Flag and Supplemental Operations), 135 (Operations, Commuter and on Demand Operations and Rules Governing Persons on Board Such Aircraft), 142 (Training Centers) and exemptions.� The contractor shall ensure that any applicable certificates shall be valid throughout the time period that an instructor is used on the contract. The purpose of this notice is to identify capable, interested vendors. ��SUBMITTALS ARE REQUESTED TO BE RECEIVED NO LATER THAN 30 January 2020 CONTACTS For questions regarding this RFI, you are welcome to contact: Primary POC:� Mary Laing, HQ INSCOM, 703-706-2418, mary.f.laing.civ@mail.mil � DISCUSSIONS One-on-one information gathering sessions with respondents are currently not contemplated. The Government may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses, the quality of submission and the specifications in the information provided. The Government is under no obligation to conduct these sessions. The Government does not commit to providing a response to any comment or questions. Any revision to this RFI based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing an RFP for respondents. The above information is for sources sought only. SPECIAL NOTICE Respondent's attention is directed to the fact that contractor consultants and advisors to the Government shall review and provide support during review and evaluation of submittals. 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 submittal to Government Support Contractors. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/72ec1d9c766040fab26f7b4215392d99/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05520023-F 20191220/191218230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.