Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOURCES SOUGHT

U -- Request for Information for Long-Range Business Jet-Class Platform(s) for Training

Notice Date
11/9/2022 11:01:06 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANRSA-23-P-0000000785
 
Response Due
11/30/2022 1:00:00 PM
 
Point of Contact
Kelly E. Gurley-Wallace, Contract Specialist, Phone: 2563135690, Chad E. Kuipers, Contracting Officer, Phone: 2568767296
 
E-Mail Address
kelly.e.gurley-wallace.civ@army.mil, chad.e.kuipers.civ@army.mil
(kelly.e.gurley-wallace.civ@army.mil, chad.e.kuipers.civ@army.mil)
 
Description
Synopsis: This Request for Information (RFI) is for informational and planning purposes only. This request for information does not commit the Government to contract for any supply or service whatsoever. All firms responding to this RFI are advised that their response to this notice is not a request that will be considered for contract award. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. The information from this market research is for planning purposes only. Responders are advised that the U.S. Government (USG) will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. This is strictly market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The United States Army Contracting Command-Redstone Arsenal, Alabama, is seeking information on potential concepts and ideas for: 1) The Special Electronic Mission Aircraft (SEMA) Product Directorate of the Fixed Wing Project Office (FWPO) has an emerging potential requirement for pilot training (ground and flight) for Army aviators in a long-range business jet class aircraft. UNCLASSIFIED RESPONSES REQUESTED: The Government is interested in receiving meaningful feedback regarding proposed approaches on the following Requirements Description. Interested sources that possess the technical capability and resources to fulfill the Government's requirements stated herein, are invited to provide a Capability Statement describing how you would meet the following requirements. Responses also should include a Rough Order of Magnitude (ROM) of cost and schedule. The USG encourages its industry partners to utilize innovative approaches to maximize cost efficiencies and best value to the Government (e.g., aircraft lease versus aircraft purchase and conducting training at a contractor facility versus a USG facility). Respondents should include an explanation of how their unique approach represents a benefit (i.e., best value) to the Government. Respondents should identify any enterprise contracts (Indefinite Delivery Indefinite Quantity contracts (IDIQs), Blanket Purchase Agreements (BPAs), etc.) held by the respondent including appropriate scope to allow FWPO to place a task order to meet the needs described in this announcement. Respondents should identify the contract number, period of performance, and maximum value of the enterprise contract. The Capability Statement Format shall be Microsoft Word or Adobe Acrobat Reader. Font size shall NOT be smaller than 12- point Times New Roman or Arial. Corresponding responses should be no more than 10 written pages with details on the Respondent�s ability to satisfy the following: Jet Trainer Requirements: Provide Long-Range Business Jet-Class Platform(s) for Training (e.g., Federal Aviation Administration (FAA) FAR Part 25 certified, Communication Navigation and Surveillance/Global Air Traffic Management (CNS/GATM), Future Air Navigation System-1/A (FANS-1/A) compliant, Range 5,000+ nautical miles, Service Ceiling 40,000�+ above Mean Sea Level (MSL)) The Army is currently utilizing aircraft with an FAA BD-700 Type Certification for technology demonstration purposes It is desirable for the Army to be able to assess the feasibility of training using the same or similar type certification Pilot Services Instruction provided by qualified Contractor FAA Certified Flight Instructors to develop and teach both ground (classroom and on-aircraft) and flight training for up to four (4) Type-Certified Army Pilots per month (US Army to provide type certification under a separate effort) Training will support Army Aviator currency and progression training Support Training at a USG and/or Contractor Facility Modified Commercial Pilot Training Curriculum Training Support Resources (e.g., Classroom Audio/Visual Support, Operational Procedures Trainers, Classroom Instructors) Up to 400 Flight Hours per month (total across all resources; personnel, aircraft, etc.) Support for development of Army manuals and training documentation (e.g., Training Support Package, Program of Instruction, New Equipment Training) It is the expectation of the FWPO that individual vendor conference calls will be conducted for questions and clarifications, however, no telephone responses prior to the close of this notice will be accepted. Question and Answer: Reference �Jet Trainer Requirements, 2 Pilot Services, 2. Training will support Army Aviator currency and progression training.� Question: Can the government please provide specific trainings required as it pertains to currency and progression? Answer: The initial requirements will be for proficiency training based on the FAA Type Certification and aircraft selected. As the Army develops and matures the progression training standards for the business class jet fleet, the requirements for the training to be provided may be modified.� The training development support listed under bullet #6 of the Jet Trainer Requirements of this RFI, is specifically intended to support the development of the business class jet fleet training standards. SUBMISSION: Submit RFI synopsis responses and comments via email by November 30, 2022 at 3:00 p.m. CST to the following addresses: kelly.e.gurley-wallace.civ@army.mil, chad.e.kuipers.civ@army.mil, rece.j.looser.civ@army.mil, and john.d.perkinson.civ@mail.mil. AMENDMENT 01 Offerors may submit questions to the personnel listed in the submission instructions up to the announcement closing date and time. Questions should not include proprietary information as the Government intends to provide answers to all potential offerors. No extension is granted as a result of this amendment. AMENDMENT 02 Amendment 02 adds the Question and Answer section and extends the submission date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/464100358f60491c810c150aa63aa6f6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06514309-F 20221111/221109230115 (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.