The RFP Database
New business relationships start here

COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE C-26D AIRCRAFT


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE C-26D AIRCRAFT


The Naval Air Warfare Center Orlando Training Systems Division has a requirement to support the Navybs Command Aircraft Crew Training (CACT) Program for academic and simulator training on the C-26D aircraft (a Navy configured Metroliner SA227). The avionics upgraded (ProLine 21) C-26D has replaced the C-26B. A commercial, Firm Fixed Price (FFP) Requirements contract is anticipated with a 60-month period of performance commencing on or about 1 Aug 2020. North American Industry Classification Systems (NAICS) Code is 611512, size standard $30 million. This acquisition is anticipated to be conducted in accordance with FAR 6.1, Full and Open Competition.
For informational purposes only, the incumbent contractor for these services is Flight Safety International.

NAWCTSD intends to award in accordance with FAR Part 12 b Acquisition of Commercial Items. A commercial, Firm-Fixed-Price (FFP) requirements contract is anticipated with a 60-month ordering period commencing 1 Aug 2020. The Product Service Code is U099. Interested parties may identify their interest and capability to respond to the requirement no later than 2 pm, EST, 15 Oct 2019.

The results of the Sources Sought will be utilized to determine sources capable of satisfying the agencybs requirements. This market research tool is being used to identify potential and eligible contractors, of all sizes, prior to determining the method of acquisition.
The contractor(s) must be capable of providing ALL training requirements identified and not just a portion of training. Any contractor teaming with sub-contractor(s) must propose as a single Prime Contractor.

Estimated Request for Proposal release: 31 Jan 2020
Estimated Award: 31 May 2020.
Period of Performance: 60 months.

PLACE OF PERFORMANCE:
Location: Contractor Facility, 100%.

DISCLAIMER:
bTHIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR A PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.b

PROGRAM BACKGROUND
NAWCTSD, Orlando, FL is the contracting and administrative agent for CACT programs. In accordance with this designation, NAWCTSD provides a contract vehicle and administrative support for training on the C-26D (Metroliner SA227) aircraft. This requirement is a follow-on procurement; awarded as a Sole Source to Flight Safety International (FSI): contract number: N61340-14-D-0005 (C-26D). The existing contract is a commercial, Firm Fixed Priced (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) Type, due to expire 31 July, 2020 (C-26D).

REQUIRED CAPABILITIES
1.    The contractor shall provide ALL of the following C-26D specific individual courses to include:
b"    C-26D Pilot Initial Training Course
b"    C-26D Pilot Prior Experience Training Course
b"    C-26D Pilot Recurrent Training Course
b"    C-26D Simulator Periods

2.    The C-26D training courses must be presented at a Title 14 Code of Federal Regulations (CFR) Part 142 certified training center for the Metroliner SA227 aircraft at time of training.

3.    For all courses, the contractor shall provide:
b"    All the necessary facilities
b"    Certified instructors
b"    Management personnel
b"    Scheduling and administrative personnel
b"    Materials including Courseware materials needed for each course
b"    Rights for use of materials for this contracted training, training devices and simulators

4.    The 26D CACT program training courses require classroom (academic and practical) training, a Cockpit Familiarization Trainer (CFT) that depicts all cockpit systems, a Part Task Trainer (PTT) for aircraft system training with trainee input and trainer response capability and FAA certified level C (or higher) simulator for the Metroliner SA227DC.
In lieu of the CFT or PTT, a higher order device may be used.

5.    All training courses shall be stand-alone in that no contractor pre-arrival training requirements of the trainee will be allowed. (This does not apply to eLearning courses)

6. Courses may be existing commercial-off-the-shelf (COTS) training courses modified to meet specific
requirements described in this Sources Sought notice.

7.    All training courses shall be taught in compliance with the C-26D model manager(s) approved training syllabi.

8.    The contractor will be required to submit a training syllabus for each course for government approval.

ADDITIONAL INFORMATION
1.    Pilot Initial and Prior Experience course attendees will be designated military aviators.
2.    C-26D Pilot Recurrent course attendees will be qualified military C-26D Pilot-in-Command or Second Pilot Military Aviators that will have normally completed the C-26D pilot initial course.

ELIGIBILITY
The applicable NAICS code for this requirement is 611512, with a size standard of approximately $30 million.
The Product Service Code is U099. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If applicable, respondents shall include their socio-economic status. Please identify SDVOSB, HUB Zone, 8(a), etc. status as applicable.

QUESTIONS and ANSWERS (Q and A)
1) Does the Navy require the Level C simulator cockpit to be a PL-21 avionics suite?
Government Response: No...The USG understand that the currently available C-26 Flight Simulators are similar to the older C-26B non-Proline. The PWS will be written to accept either a C-26B non-Pro-Line or C-26D Proline simulator.

2) Does the Navy desire a desktop trainer or eLearning / Power Point training to supplement and familiarize the pilot with PL21?
Government Response: The Government has no preference other than the most cost effective training methodology currently available from the contractor.
At this time the PWS indicates C-26B non-Proline training and IF AVAILABLE updated C-26D Proline training.

3) It is our understanding that the Navy does not require any PL21 training at all and will do it all internally.
Government Response: At this time the PWS specifies the following:
The Government requires C-26B and, if available, updated C-26D classroom instruction, instructional materials, a C-26B and C-26D cockpit poster and a C-26B and/or C-26D ProLine 21 type CBT or other hands on trainer. (For the purpose of this C-26B/D training, all training curriculum and training devices may be configured as either a C-26B or C-26D in order to match contractorbs available training and devices.)

SUBMISSION DETAILS (CAPABILITIES STATEMENT)
Businesses capable of accomplishing the required services are invited to submit literature, brochures and capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch.
Summaries shall identify, at a minimum, business size and past (limit to within 3 years) and/or current performance on similar contracts (include dollar value, complexity and point of contact). Responses or questions are requested to be sent to renee.worley1@navy.mil. The deadline for response to this request is 2 pm, 15 Oct 2019.

The contract type is anticipated to be a commercial, FFP, Requirements contract. The estimated ordering period consists of 60 months. The proposed contract is anticipated to include tasking that would be accomplished by task orders that are subject to FAR Part 12- Acquisition of Commercial Items.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Edwin Roldan, in either Microsoft Word or Portable Document Format (PDF), via email at renee.worley1@navy.mil.
Alternative submittal methods by mail to: ATTN: Mr. Edwin Roldan, Code 25322, NAVAIR Orlando Training Systems Division, 12211 Science Drive, Orlando, FL 32826.

This notice is for planning purposes only and is not to be construed as a commitment by the government to procure any services, or for the government to pay for the information received. The government is not committed nor obligated to pay for the information provided, and no basis for claims against the government shall arise as a result of a response to these Sources Sought.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the government.

Renee Worley 407-380-4070 Renee Worley, 407-380-4070, Rafael Soberal, 407-380-4077

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP