Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2024 SAM #8269
SOURCES SOUGHT

U -- C-27J Loadmaster training

Notice Date
7/16/2024 10:45:54 AM
 
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
C-27J_Loadmaster_Training_RFI
 
Response Due
8/19/2024 10:00:00 AM
 
Archive Date
10/01/2024
 
Point of Contact
Karen Marshall (Contract Specialist), Phone: 2068203154
 
E-Mail Address
Karen.M.Marshall@uscg.mil
(Karen.M.Marshall@uscg.mil)
 
Description
While market research in the past has indicated that this acquisition can be sole-sourced, USCG is offering other potentially capable Offerors the opportunity to respond if they can meet the same requirements. This is a RFI as defined in FAR 15.201(e) has been issued in order to identify qualified vendor sources that can provide training support services for the U.S. Coast Guard (USCG), Office of Aviation Forces (CG-711). Specifically, the Contractor will be required to provide a series of courses designed to provide USCG personnel, C-27J Loadmaster training. Courses shall include the Ground Phases for the following: Loadmaster Training (C-27J). The Contractor shall provide up to 5 training classes to teach up to 40 loadmasters per year. Class size will be between two and eight students per class. The length of class shall not exceed 10 school days. Classes shall be scheduled on a 40-to-50-hour work week basis; eight to ten hours per day, five to six workdays per week. The class shall consist of at least 60 hours of classroom instruction but no more than 100 hours of academic ground school and practical instruction. This acquisition is anticipated to be conducted in accordance with FAR 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services. In accordance with FAR 52.215-3, this RFI is issued solely for information and planning purposes. Further, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. A determination by the Government not to award this proposed action is solely within the discretion of the Government. Information received will be considered only for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. 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. Vendors that do not respond to this RFI will not preclude their participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement. The applicable North American Industry Classification System (NAICS) code for this requirement is 611512 � Flight Training. Attachment I, Performance Work Statement (PWS), has further information on this potential effort. 2.0 � Background The USCG requires a cost-effective course to ensure loadmasters are current in required training for certification purposes. All training will be based on, and in accordance with current USCG flight manuals and directives. The courses will incorporate classroom, training aids and practical training in the appropriate USCG aircraft configuration(s). Upon completion of the course, the student must be able to progress to follow-on flight training in their designated aircraft. 3.0 � Background �If your organization has interested in the RFI notice for C-27J Loadmaster training, please provide the following response documentation: QUALIFICATION INFORMATION: a. Provide a capability statement b. Company Name c. Address d. CAGE Code e. Unique Entity Identifier (UEI) f. Point of Contract/Phone Number g. E-mail Address h. Company Size and Socioeconomic status (Large/Small) (number of personnel, total revenue, ownership, Parent Corporation, etc.) i. �Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. j. Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI k. [If significant subcontracting or teaming is anticipated, address the logistical, administrative, and management structure of such arrangements] No telephone requests will be accepted. 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 19 August 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2bfeefe07cb84018922031797ec7503a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07130812-F 20240718/240716230119 (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.