SOURCES SOUGHT
99 -- The Federal Aviation Administration (FAA) has a requirement for flight Program Pilot training Services with administrative support and Flight Program Participant Pilot Training Services.
- Notice Date
- 8/27/2024 10:13:14 AM
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- 6973GJ NON-FRANCHISE ACQ SVC OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-S-82724
- Response Due
- 9/10/2024 3:00:00 PM
- Archive Date
- 09/25/2024
- Point of Contact
- Cilony Alejandro, Phone: 4059547814
- E-Mail Address
-
cilony.alejandro@faa.gov
(cilony.alejandro@faa.gov)
- Description
- The Federal Aviation Administration (FAA) has a requirement for flight Program Pilot training Services with administrative support and Flight Program Participant Pilot Training Services. ATO Flight Program Operations organization which is responsible for providing currency/proficiency and training services to Office of Aviation Safety (AVS) participants in the FAA Flight Program, including Flight Standards Service (AFS) Aviation Safety Inspectors (ASI) and Aircraft Certification Service (AIR) flight test personnel.� Flight Program Operations, Aviation Safety Training personnel, including contract flight instructors, assigned to the Aviation Safety Training Group are based at Fort Worth Alliance Airport (AFW), in Fort Worth, Texas.� The scope of this effort is limited to contract instructor pilots (IP) and leased Airplane Single and Multi-Engine land and Rotorcraft-Helicopter (Turbine and piston), contract IPs to operate FAA-owned C90GTi aircraft, and administrative support. This market survey should identify qualified and capable sources that can provide management personnel, IPs, administrative support personnel, and training platforms, i.e., various aircraft (training devices) in support of the currency/proficiency and training services. The draft s performance work statements (PWS)�s are provided as an attachment to this market survey to inform and assist interested vendors with regard to the technical work required. However, interested respondents are cautioned that the Government at its discretion may update and or revise this PWS for any potential contract. At this time, the acquisition strategy and nature of competition has not been determined for any potential contract. The Government welcomes statements of interest and capabilities from all businesses, which are capable of providing the required items and services. However, contract performance has historically been performed by a small business.� Depending on responses to this survey and analysis of market research collected, the Government may, at its discretion, decide to pursue a full and open competition or set-aside all or part of the procurement. Responses to this Request for Information will be used for informational purposes only. This is not a Screening Information Request or Request for Proposal of any kind. The FAA is not seeking nor accepting unsolicited proposals. The principle North American Industry Classification System (NAICS) code for this effort is 611512, Flight Training, with a size standard of $34.0 million. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required items. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. The PWS�s consists of Providing a response outlining the capabilities to meet the requirements of the attached PWS�s. 1. Capability Statement. This document is limited to not more than fifteen (15) pages and must include a brief description of the instructional support services provided by your firm which are same/similar to those services outlined in this market survey and same/similar to the draft performance work statement attached at the bottom of this survey. Your capability statement should also include your company name, address, point of contact information, contractor size and NAICS code. (a) Dollar value and type of contracts where vendor has provided such services. (b) Number of years in business providing the type of services required of this announcement.A copy of the vendor's SBA 8(a) Certification Letter, if applicable. �All responses must be received by 5:00 p.m. CT on September 10, 2024. All submittals should be submitted in electronic format (email) to: Cilony.Alejandro@faa.gov. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the submission is solely at the interested vendors' expense.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/943fb40065a646968e683120ee01732c/view)
- Place of Performance
- Address: Fort Worth, TX, USA
- Country: USA
- Country: USA
- Record
- SN07188883-F 20240829/240827230132 (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 |