The RFP Database
New business relationships start here

B737-400 Pilot Training


Missouri, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE

The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS) is seeking information from responsible sources and commercial agencies concerning Boeing 737-400 flight training. The Training Center Provider (TCP) shall provide Pilot-in-Command (PIC) Initial, Requalification and On-Site Ground School Academic and Flight Training for USMS flight crews operating B737-400 series aircraft.


Contract Requirement(s): The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS) - Air Operations - Oklahoma City OK, is seeking information from responsible sources and commercial agencies concerning PIC Initial, Requalification and Recurrent Academic and Flight Training, and a variety of technical courses for USMS Pilots operating B737-400 series aircraft. The Contractor shall provide B737-classic FAA 14 CFR 61 approved syllabi, to include the following courses: Initial PIC Type Rating, Requalification PIC, Recurrent PIC, Initial SIC, Recurrent SIC, Pilot Proficiency Training and any Supplemental Simulator Training under your current 142 program. All simulator periods must be conducted between the hours of 0600-1800, not to exceed 8 hours duty day.


Other Requirement(s): Simulator capabilities must meet (or have comparable function) to the following JPATS Fleet configuration:


Engine Thrust 23.5 (3C1) and 22k Derate (3B2) performance; FMS U10.8A; JEPP nav database utilizing JPATS data load; MCP: Push-button with SPD INTV and ALT INTV buttons; WX Radar CP: AlliedSignal, CON-4A, MDL# 2041223-0427 with PWS with red warning light on FWD panel.


Please provide any configuration differences noted from above specification.
Capabilities Package: The Government is interested in feedback from the commercial market on the sources that may be available and capable of fulfilling this requirement. Vendors are asked to respond with documentation outlining their capabilities and provide feedback on the capabilities listed within this RFI/SSN. The Government would like to see proposed capabilities, concepts, or feedback presented through capabilities packages, websites, certificates or PowerPoint briefs.


The capability package for this RFI/SSN is not expected to be a proposal, but rather statements regarding the company's existing experience in relation to the areas specified. In addition to submitting your capabilities, please respond to this notice by completing the Market Research Questionnaire.


Response to Sources Sought: Capabilities packages, information and/or feedback shall be submitted (via e-mail) to the POC, listed below, not later than 12:00 pm (noon) CST, December 28, 2017. Any questions concerning this announcement shall be in writing (e-mail) to the POC. No telephone calls will be accepted.


DISCLAIMER: Market research is being conducted to determine the interest and capability of potential sources for this requirement. All information submitted in response to this announcement is voluntary, the government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the government. Funding is not available for any information submitted.


Submitting information does not bind the Government for any future contracts resulting from this RFI/SSN. An acquisition strategy is being developed and a contract may or may not result. The findings from this market research effort may impact future solicitations related to this requirement. This RFI/SSN is not a solicitation or Request for Proposal as defined by FAR 2.101 and the Government is not requesting offers or proposals at this time. Any responses to this RFI/SSN will not be accepted to form a binding contract. This is a market survey for planning purposes and no award will be made as a result of this. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI/SSN respondents. The Government may use the information provided to develop a comprehensive acquisition strategy and solicitation. Responses shall not include proprietary information.


If information or capabilities packages are not received from at least two (2) capable small business concerns by the response date, or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capabilities packages and information submitted, this requirement may be solicited under an unrestricted basis.


NOTE: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications.


Point(s) of Contract:


Victor J. Stamps, Contracting Officer,  email:Victor.J.Stamps@usdoj.gov


--End of Sources Sought Announcement--


Victor J. Stamps, Phone 816/467-1996, Fax 816/467-1982, Email Victor.J.Stamps@usdoj.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP