Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2023 SAM #7808
SOURCES SOUGHT

U -- Request For Information for vendor capabilities to provide continuous scheduled training respective to the United States Coast Guard (USCG) Helicopter Hoist Operator Training

Notice Date
4/12/2023 3:05:13 PM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z023-USCG-RFI-230000147
 
Response Due
4/26/2023 10:00:00 AM
 
Point of Contact
Karen Marshall (Contract Specialist), Phone: 7573666587, Clenton Shanks (Contracting Officer), Phone: 7575274542
 
E-Mail Address
Karen.M.Marshall@uscg.mil, Clenton.A.Shanks@uscg.mil
(Karen.M.Marshall@uscg.mil, Clenton.A.Shanks@uscg.mil)
 
Description
Request For Information for vendor capabilities to provide continuous scheduled training respective to the United States Coast Guard (USCG) Helicopter Hoist Operator Training that is specifically tailored for USCG aviation platforms such as the MH-60 and the MH-65 1.0 - Description This Request for Information (RFI) is issued in order to identify qualified vendor sources that can provide training in a simulated environment for USCG qualified aircrew on the MH-60 & MH-65 as basic aircrew. The vendor will need to develop and provide a course designed to provide Coast Guard personnel seeking the hoist operator qualification with initial Helicopter Hoist Operator Training using instruction in both classroom and controlled simulated environments. It is anticipated that annual training courses may range from ten (10) to sixteen (16) sessions with a maximum student size of fifteen (15) students each. This RFI is issued solely for information and planning purposes. Further, it does not constitute a Request for Quote (RFQ), Request for Proposal (RFP), or a promise to issue an RFQ/RFP in the future. This RFI does not commit the Government to contract for any goods or services whatsoever. Further, the United States Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are reminded that the Government 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. There will be no evaluation of responses to this notice for contract award purposes. Reimbursement will not be made for any cost associated with providing information in response to this announcement and any follow-up information requests. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. The applicable North American Industry Classification System (NAICS) code for this requirement is 611512 � Aviation Schools, which has a size standard of $30.0M. � 2.0 � Background One of the primary missions of the USCG is to conduct search and rescue missions. Qualified and well-trained helicopter hoist operators are essential to the success of this mission. Traditionally, the USCG has trained its helicopter hoist operators through on-the-job training and a structured syllabus with all hoists being completed in an aircraft during flight. Gaining this qualification can take anywhere from 4-9 months. The USCG has determined that there is a requirement to standardize the initial Helicopter Hoist Operator Training by using a commercial source to provide ground training in a controlled environment using simulation. This will reduce the number of flight hours and the length of time required to fully train and qualify helicopter hoist operators to perform search and rescue missions. 3.0 - Questions to Industry a. Provide Proof of performance that the vendor has conducted the required training services that are required for the USCG ab-initio Human External Cargo (HEC) MH65/MH60 hoist training. b. Does the vendor currently function with needed equipment to provide training, or will it need to be developed? Equipment Example: Exact Model of the USCG configured MH-65D/E, MH-60T, and a USCG small boat between 40-50ft. c. Can the vendor support student throughput onsite or will a site need to be built to support approximately 10-16 sessions annually with a maximum of 15 students. d. Is the vendor able to provide training on a live hoist tower at a minimum of 15 ft above the ground to train new Flight Mechanics (FMs) with the physical aspect of hoisting real loads in/out of cabin with the use of a hoist (including but not limited to RSW, MADPU/SADPU, Loaded Litter, Loaded Basket, Dewatering Pump, performing relevant EPs i.e. manual cable cut with capability for the student to perform a quick splice hook installation, ERD, and all associated cabin configuration checks)? f. Provide a list of how many ab-initio training classes the vendor has provided with their current live hoist towers. Can the vendor meet the following certification requirements? (Yes/No) Requirement � All training and instruction shall comply with Federal Aviation Regulations and the Code of Federal Regulations. Requirement � Proof of current compliance with existing HEC program Federal Aviation Regulations and the Code of Federal Regulations. Requirement � Proof of professional training insurance coverage to operate live hoist towers.� � � � � � � � � � � � � � � � �� �g. Can the vendor meet a 2:1 student to instructor ratio? 4.0 - Instructions The following Business Unit Information must be provided in the response documentation: QUALIFICATION INFORMATION: a. Company Name: b. Address: c. CAGE Code: d. Unique Entity Identifier: e. Point of Contract/Phone Number: f. E-mail Address: g. Socioeconomic status: h. Length of time in business: i. If subcontracting or teaming is anticipated, organizations should address the logistical, administrative, and management structure of such arrangements, or why those arrangements would be beneficial to the government. j. Answers to all questions from Section 3.0 5.0 - Industry Discussions Following the Government's assessment of responses to this RFI, the Government may conduct discussions with Industry. If the Government does, this information will be provided via SAM.gov notice. 6.0 - Additional Instructions Questions regarding this announcement shall be submitted to Ms. Karen Marshall in writing by e-mail at karen.m.marsahall@uscg.mil. Verbal questions will NOT be accepted. Questions will be answered by e-mail; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after the 15 days of the publication date of this RFI will be answered. Responses to this notice shall be submitted in writing to Ms. Karen Marshall by email at karen.m.marsahall@uscg.mil no later than 1:00 PM Eastern Standard Time (EST) on Wednesday, April 26, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/835316ea14c74c4c93e8b27583f2ea6b/view)
 
Record
SN06649026-F 20230414/230412230113 (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.