Inactive
Notice ID:FA460019RE4B1
REQUEST FOR INFORMATION ANNOUNCEMENT FOR E-4B Flight Crew Training near Offutt AFB, NE THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. IAW FAR 10.002, all information being requested and provided in res...
REQUEST FOR INFORMATION ANNOUNCEMENT FOR E-4B Flight Crew Training near Offutt AFB, NE THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. IAW FAR 10.002, all information being requested and provided in response is for market research purposes only. This RFI is not a Request for Proposal (RFP)/Quote (RFQ). This RFI does not commit the Government to contract for any supply or service whatsoever, nor does it bind the information provider to the submitted response. The USAF 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. Not responding to this RFI does not preclude participation in any current acquisitions or any future RFP. However, responses to this RFI will be utilized in determining potential acquisition strategies. Program Description: The 55th Contracting Squadron, Offutt Air Force Base, NE is seeking potential sources capable of providing initial and refresher academic and simulator training for E-4B (747-200) pilots and flight engineers. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform E-4B (747-200) initial, Senior Officer, and refresher pilot and flight engineer training. The Government estimates four initial (2 pilots and 2 flight engineers per class) and 24 refresher (2 pilots and 1 flight engineer per class) classes each year. Initial training shall comply with the standard that the pilot may receive an Airline Transport Pilot (ATP) Rating/Type Certification, and flight engineers may receive a Flight Engineer (FE) practical rating. Refresher training shall comply with the standard resulting in the pilots and flight engineers receiving a Single Visit Training (SVT) equivalent. Capability Required: •1. Describe your capability to acquire, modify and sustain an E-4B (747-200) training system. •2. Describe your approach and capability to provide a contractor operated training center located within a 20 statute miles radius of Offutt AFB, NE. •3. Describe your ability to provide E-4B (747-200) instructors with recent and applicable aircraft or simulator experience. •4. Describe your capability to conduct Federal Aviation Administration (FAA) Level C or better training. •5. Describe your approach to the standup of a FAA approved training center using FAA approved instructors. •6. Describe your approach and experience in providing approved Federal Aviation Regulations (FAR) Part 121 or FAR Part 135, or a training course approved under FAR Part 141 or FAR Part 142. •7. Describe your capability to provide FAA certified Initial qualification training so that pilots receive an ATP Rating/Type Certification (as applicable) and the flight engineers receive a FE practical rating. •8. Describe your ability to provide a FAA examiner (or designee) to administer the ATP Certificate/Boeing 747 Type Rating check-ride or equivalent end of course check-ride. •9. Request a rough estimate for how much the eight capabilities listed above would annually cost. A range is acceptable. (0 -500k, 500k-1M, 1M-5M, >5M). •10. Describe your ability to conduct modifications such as providing a realistic air refueling training simulation that accurately depicts all aspects of air refueling procedures. This notice is for planning purposes only and does not constitute a solicitation for competitive bids/proposals, and is not in any way a commitment by the Government. However, all interested parties who believe they can meet the requirements identified above are invited to submit, in writing, information describing their capabilities. At a minimum, the capabilities packages shall include information regarding the company's ability to meet this requirement, instructor qualifications, simulator characteristics (including airfield modeling and visual systems) location of simulator, and the simulator's FAA level of certification. Companies responding to this synopsis must reference the synopsis number and indicate whether they are a small business concern as defined in FAR 52.219-1. The NAICS code for this requirement is 611512. The Small Business size standard is $27.5M. The information received because of this notice is solely for the purpose of market research. The Government does not intend to pay for any information provided under this sources sought synopsis. The anticipated award may result in a Firm Fixed Price contract that would last from 5-10 years (base plus option years). Send all responses via email to Mr. Ryan Olson at ryan.olson.10@us.af.mil. Responses to this sources sought synopsis are due in the office by 2:00 pm (CST), 1 November 2018.