SPECIAL NOTICE
U -- AHFTS Notice of Intent to Sole Source
- Notice Date
- 8/2/2022 10:27:20 AM
- Notice Type
- Special Notice
- NAICS
- 611512
— Flight Training
- Contracting Office
- W6QM MICC-FT RUCKER FORT RUCKER AL 36362-5000 USA
- ZIP Code
- 36362-5000
- Solicitation Number
- W9124G20C0008-NOI
- Response Due
- 8/29/2022 6:00:00 AM
- Point of Contact
- Jason Raymond, Andrew Minnix
- E-Mail Address
-
donald.j.raymond19.civ@army.mil, andrew.m.minnix.civ@army.mil
(donald.j.raymond19.civ@army.mil, andrew.m.minnix.civ@army.mil)
- Description
- The Mission and Installation Contracting Command, Fort Rucker, Alabama, intends to award a sole source contract modification to CAE USA INC. (Unique Entity ID N2JLD2JFJS28/ CAGE/NCAGE 69479), 4908 Tampa West Blvd, Tampa, Florida 33634-2411 who is the incumbent Contractor for Contract Number W9124G-20-C-0008, Advanced Helicopter Flight Training Support, awarded 5 May 2020 under full and open competition.� This award will be in made in accordance with 10 U.S.C. 3204(a)(1) as implemented by FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� The estimated value of this action is approximately $25M.� Under this contract modification, CAE USA INC. will increase non-personal and mission-essential services for the Advanced Helicopter Flight Training Support (AHFTS) contract at Fort Rucker, Alabama.� In particular, CAE USA INC. shall provide for additional qualified instructor pilots, flight engineers and flight instructors based upon estimates utilized for the specified student/instructor ratios for training, broken down as follows: 1. AH-64E Instructor Pilot (IP): Daily training capability for an additional 46 flight students (23 additional IPs 2:1 student: IP sets); 2. CH-47F Flight Engineer (FE) Non-Rated Crewmember (NRCM): Additional daily support capability for 5 aircraft (10 NCRM ? 1:2 aircraft: FE sets); 3. UH-60M Flight Instructor (FI) NRCM: Additional daily support capacity for 1 aircraft (1:1 aircraft: FI set). All estimates include do not sufficient overage of qualified personnel to cover annual vacation time, account for non-forecasted absences, and meet the Temporary Student Capacity Variations (TSCV) requirements.� ��������������� The period of performance of this modification will be for a total of 27 months beginning on or around 15 September 2022 and ending 9 December 2024.� An additional 6 month period of performance subject to FAR 52.217-8 shall also be included.� This period of performance is necessary to allow the Government sufficient time to generate a new solicitation, and subsequently a new contract award, based upon increased requirements as detailed above while ensuring program safety.� Interested parties may identify their interest and capability to meet all aspects of the requirement.� Such capabilities/qualifications will be evaluated solely for determining whether or not to conduct this modification on a competitive basis. �The determination not to compete this proposed contract action is solely within the discretion of the Government.� All qualified, responsible sources may submit a response which, if timely received, will be considered by the agency.� These must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government.� If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government.� Interested vendors must demonstrate their capability to meet proposed requirements through detailed supporting evidence which should be arranged as follows: 1. Capability Statement � This document should identify: Type of training provided by your firm for each aircraft; Type of training provided by previous contracts (provide detailed information and past performance); SAM Unique Entity ID number and CAGE/NCAGE code. A reasonable rapid transition to meet contract timelines and guarantee no disruption of services nor operation of the program and its rigorous safety protocols. 2. Geographic area where similar training has been provided. 3. Expected approach � Respondents must provide their strategy for accomplishing this work. 4. Letters of commitment from qualified instructor pilot personnel who must not already be directly employed by, or otherwise working under, a contractor at Fort Rucker as an instructor pilot or be currently employed as a Department of the Army Civilian at Fort Rucker. 5. These letters of commitment must show: a. Instructor pilots have aircraft experience (as applicable for the position being filled) at military company level or higher; b. 5+ years as an aviator; most recent flight in the aircraft applicable for the position must have ���� been within the previous 12 months; c. minimum applicable actual aircraft flight experience: 1,000 total hours and 250 IP hours; Responses must include the above-described capability statement, but may also include a proposal or quotation. �However, this notice is not a request for proposals or quotations and no contract award will be made on the basis of proposals or quotations received in response to this notice. �Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement.� A letter solicitation may be made available upon request to assist in proposal preparation.� Any response submitted must be furnished to the point of contact listed below no later than 8:00 am Central Time on Monday, 29 August 2022.� Phone calls will not be accepted.� ��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1c620e38978a47d2924a79b93cb8dc9c/view)
- Place of Performance
- Address: Fort Rucker, AL 36362, USA
- Zip Code: 36362
- Country: USA
- Zip Code: 36362
- Record
- SN06410306-F 20220804/220802230115 (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 |