Aviation and Mission Training Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
ID0719AMTSS

Basic Details

started - 21 Mar, 2019 (about 5 years ago)

Start Date

21 Mar, 2019 (about 5 years ago)
due - 22 Apr, 2019 (about 5 years ago)

Due Date

22 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
ID0719AMTSS

Identifier

ID0719AMTSS
General Services Administration

Customer / Agency

GENERAL SERVICES ADMINISTRATION (20077)FEDERAL ACQUISITION SERVICE (3942)ITS/ NETWRK SVCS CONTRACT OPNS DIV1 (80)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT NOTICE (SSN)/ REQUEST FOR INFORMATION (RFI)SSN/RFI Number: ID0719AMTSSTitle: Aviation and Mission Training Support Services 1. Market Research NoticeThis SSN/RFI is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ) or Request for Proposal (RFP), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For the purpose of this acquisition, the Government anticipates the use of multiple NAICS codes and contemplates the use of multiple-award Indefinite-Delivery, Indefinite-Quantity(IDIQ) Contracts.  Information received in response to this notice will be used to further define the government's requirement. We encourage all interested large and small
businesses in all socio-economic categories (including 8(a) Business Development Program, Small Disadvantaged Business, Historically under-utilized Business (HUB) Zone, Veteran-Owned Business, Service Disabled Veteran-Owned Business, and Woman-Owned Business concerns) capable of satisfying any portion of the listed requirement to identify their capabilities and provide their feedback. Information received as a result of this RFI will be used solely for market research purposes. The Government shall use this market research in determining the best method of procurement, which is part of the acquisition planning process. This RFI is for information purposes only and no award will result from the RFI.   2.         Background and Anticipated ScopeBackground. The anticipated scope of this requirement has not been finalized and is subject to change.  This is Phase one of a multi-phased market research approach to better understand the industry, capabilities, and factors impacting this anticipated requirement.  Subsequent phases of this market research approach include publishing and comment on a draft PWS, scheduled Industry Days and/or one-on-one exchanges with industry.    Anticipated Scope. The Government has a need for contract services to provide Aviation and Mission Training Support to include services such as Fixed-Wing Airlift Support, Rotary-Wing Airlift Support, Air Operations/Aviation Training for Pilots, Co-Pilots, Flight Engineers, Navigators, Special Mission Aviators (SMAs) and Crew Members,  Ground support and Aviation Maintenance (all functions) Training, Loadmaster Training, and Intelligence, Surveillance and Reconnaissance (ISR) training. The main objective of these contracts is to provide the Government with streamlined access to consistent and reliable support for trainings related to the Warfighter Mission.Anticipated NAICS codes.481219, Other Nonscheduled Air Transportation, small business size standard is $15M611512, Flight Training,  small business size standard is  $27.5M481211, Nonscheduled Chartered Passenger Air Transportation, small business size standard is 1500 employees611519, Other Technical and Trade Schools, small business size standard is $15M3.         Submission Requirements for RFIRESPONSE TO THIS RFI: In order to be considered responsive to this RFI, please provide a concise capability brief that includes a response to items 4 - 10.  This RFI shall be open from March 21, 2019 through April 22, 2019. Both large and small businesses are encouraged to participate in this Market Research.All responses are due not later than 5:00 PM CST, April 22, 2019. All responses shall be limited to email correspondence and limited to 15 pages, single spaced in Times New Roman 11 pt font.  4.     Firm Name and Admin Dataa)   Please provide Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS codes.b) Please indicate if your firm would be interested in participating in a one-on-one conference call with GSA Federal Acquisition Services (FAS) Region 7 (R7), an in-person one-on-one meeting in Fort Worth, TX or an Industry Day event with the Government. If you would be interested in participating in one or more of these events, please specify your preference and provide point of contact information so the Government may contact your firm. Event dates and times to be determined after this SSN/RFI closes. 5.     Previous Experience / Capabilities Statementa)   Please provide a short statement addressing previous experience for similar requirements.  Statement should address the following: Identify if you were a prime contractor or subcontractor, size, scope, complexity, and timeframe, whether the services provided were commercial or non-commercial, experience of instructors, pilots, and any other similar types of information. The narrative shall draw direct correlations and relate directly to the requirement described herein, and shall directly demonstrate the interested contractor's capabilities to perform the effort herein through the examples of past experience provided. Failure to provide the information as requested may result in the Government's continuance of the acquisition planning phase, without giving consideration to the capabilities of the contractors who do not respond timely. b) Describe the training facilities, simulation equipment, instructors and/or aircraft your firm and/or subcontractors or teaming partners possess that would enable you to provide the required services. 6.     Certifications / Qualifications:GSA currently anticipates some of the certifications necessary for this scope will be FAA Part 135 or other FAA part certification, DOD CARB certification, AS9100 and in some requirements, may require a TS Facility clearance. a)    Please list all of your firm's industry certifications applicable to the scope described with the Background section above. b) Are you currently a Department of Defense (DoD) approved carrier? c) Do you possess an FAA air operator certificate (Part 135 and/or other Part)? If so, please list. d) How long has your company been providing these types of services? Please specify which types of services you provide that are relevant to scope defined in the Background.e) Are you aware of additional certifications that you anticipate would be necessary to comply with FAA and DOD aviation regulations? f)  Please include any other certifications that you possess or would anticipate obtaining that may provide additional training opportunities for customer agencies within this anticipated scope (e.g., Medevac, Dangerous Goods).   g)What factor, certification, business practice etc., differentiates your firm or makes you unique from other firms in the industry? h) How much advance notice do you require prior to scheduling a flight? i) What are your commercial policies/charges for cancelled missions/trainings and associated timeframes? j) What is your policy for transporting Government-owned individual weapons for Military Impedimenta? 7.     Capabilities and Aircraft AvailabilityGSA is anticipating a quarterly submission of available aircraft tail numbers and capabilities.  This will allow GSA and customer agency's to understand what is potentially available to meet their specific requirement.a)     Is there any other information that should be submitted on a quarterly basis to help DOD or Federal agencies understand the capabilities available from your company?b)     Does your company currently own all of the aircraft that you utilize for other contracts, or do you lease / subcontract aircraft to meet other contract requirements? c)  If an aircraft is grounded for maintenance or similar type circumstances how does your company provide the necessary backup so the aviation operation takes place?8.     Market Trends and Conditionsa)     Please identify any current Industry trends taking place that we need to understand or be aware of for structuring these contracts. b)     Are you aware of any similar types of multiple award contracts currently in use by DoD agencies? 9.      Contract Type and Pricing Structure:a)     Identify how you would recommend the Government best structure these contract requirements to facilitate competition by and among both large and small business concerns. (Blade hours, Wet or Dry, Firm-Fixed Unit Price, Number of Classes,  Number of Students, by Region, Time & Materials, etc.)b)     If performing a Firm Fixed Unit Price contract, what pricing structure do you prefer for the contract line item numbers (CLINS)?  (EX. Blade Hours, Flight Hours, Ferrying Hours, Price per Nautical Mile)? c)    Please identify what you believe would be the best method/pricing structure to minimize the cost of fuel? 10.     Constraints and Risk:a)     What types of risks do you foresee with this type of requirement, and what can the Government do to mitigate these risks? b)     What are the primary cost drivers in this industry? What are the differences in how these costs and associated risks are mitigated when doing business with the Government versus commercially? c)     What type of training operations or geographical areas within the U.S. would your company NOT provide service for?d) Please provide any comments/concerns you feel are relevant and need to be addressed for this proposed acquisition.Thank you in advance for your time and consideration in responding to this SSN/RFI. 

Place of Performance Varies United StatesLocation

Place Of Performance : Place of Performance Varies

Country : United States

You may also like

Driver Rehabilitation Assessments and Training Services

Due: 22 May, 2024 (in 1 month)Agency: Workplace Safety and Insurance Board

TASK ORDER FOR GYNECOLOGICAL TRAINING SUPPORT SERVICES

Due: 23 Apr, 2024 (in 4 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

USCIS HUMAN CAPITAL AND TRAINING (HCT) ADMINISTRATIVE & PROGRAM SUPPORT SERVICES

Due: 29 Feb, 2028 (in about 3 years)Agency: U.S. CITIZENSHIP AND IMMIGRATION SERVICES

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

481 -- Air Transportation/481219 -- Other Nonscheduled Air Transportation
naicsCode 481219Other Nonscheduled Air Transportation
pscCode UPersonnel Testing