Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Соединенных Штатов Америки


In-Flight Trainer (IFT) Aircraft (Соединенные Штаты Америки - Тендер #57898493)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки)
Номер конкурса: 57898493
Дата публикации: 04-10-2024
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

In-Flight Trainer (IFT) Aircraft

Active
Contract Opportunity
Notice ID
N00019-26-RFPREQ-APM271-0023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 04, 2024 09:32 am EDT
  • Original Response Date: Oct 31, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V121 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Tinker AFB , OK 73145
    USA

Description

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR 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.

This Sources Sought Notice is being used as a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 to determine potential sources and their technical capabilities. The results of this sources sought will be utilized to determine if the required service exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered.

  1. INTRODUCTION

The Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control, and Communications Program Office (PMA-271) located in Patuxent River, Maryland is issuing this source sought for one or more Contractor Owned Government Operated (COGO) Boeing 707/737 where all required operational, logistical, and engineering services are to be provided by the Contractor in support of E-6B Mercury pilot training. In addition, the U.S. Navy will require initial pilot differences training that would include simulator and inflight training for 8-10 Fleet Replacement Squadron (FRS) instructors. The Government would assume flight qualification and airworthiness certification after completion of differences training.

E-6B pilots require regular landing practice to maintain currency. Repeated landings on mission-equipped fleet aircraft have a negative impact on material condition and Ready For Tasking (RFT) of the aircraft. The Navy is seeking to provide this capability in order to improve training while reducing flight hours and cycles on the current fleet of E-6B aircraft. The proposed procurement is for a base year and four one-year options from FY25 through FY29.

  1. REQUIRED CAPABILITIES

Interested contractors may submit a capability statement identifying their interest and capability to respond to the requirement. Only capability statements received on or before the response date indicated in this notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Capability statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications:

COGO would allow for Navy Pilot in Command (PIC) and Instructor Pilot (IP) to pilot the aircraft but would likely be considered Civil Aircraft Operations. NAVAIR will heavily leverage the 707/737 Federal Aviation Administration (FAA) Type Certificate.

NAVAIR is requesting information from interested parties that have the qualifications to provide aircraft and operational support for a U.S. Navy 707/737 inflight trainer. The desired concept of operations is to provide "turnkey" operational support to the Navy in order to conduct currency flights for Student Naval Aviators (SNA) and currency flights for squadron pilots. The current plan is to base operations from Tinker Air Force Base (AFB) (KTIK) or Will Rogers Airport (OKC), Oklahoma City, Oklahoma.

NAVAIR is requesting information from interested parties that have the qualifications to provide the maintenance and logistical support for a CAS COGO IFT.

The contractor would maintain the Boeing 707/737 airframe and engines in compliance with FAA practices and applicable Maintenance Planning Documents, specifically 14 Code of Federal Regulations (CFR) Part 43. Maintenance will include all scheduled and unscheduled maintenance for the aircraft and engines as well as compliance with any current or future Airworthiness Directives (AD). If deviations are required, the contractor shall obtain them via the proper channels. All maintenance and overhaul activities for this effort would be required to show compliance with a current FAA Type Certificate, all Airworthiness Directives, Advisories and Service Bulletins (SB), Original Equipment Manufacturers (OEM) Service Bulletins, appropriate FAA Noise Compliance, and requirements for a NAVAIR.

Please see the attachment to see the requirements for this effort.

  1. ELIGIBILITY

The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 488190 with a Small Business size standard of 1,500. The applicable Product Service Code (PSC) is V121.

All interested parties must be registered in SAM.gov to be eligible for award of Government contracts.

  1. SUBMISSION CONTENT

The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the requirements above.

Corporate Information

  1. Company’s Name and Address
  2. Company’s point of contact including email address and phone number who are able to discuss the response submitted.
  3. Company’s business size and list of NAICS codes under which goods and services are provided
  4. General corporate information
  5. Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disable, veteran owned, HUB ZONE, etc.)
  6. Major products and primary customer base
  7. Statement whether interest in this sources sought notice is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities

Specific Sources Sought Information Requested

The response should include a concept summary written from a system solution perspective showing how the concept and development methodology could satisfy the requirements defined herein and should at a minimum include the following:

  1. Proposed approach to meet the government’s complete requirements described in the Required Capabilities above;
  2. Rough Order of Magnitude (ROM) costs for the performance of the efforts described above; please provide an estimated monthly and yearly price
  3. Timeline in number of calendar days and/or hours to perform engine overhauls;
  4. Demonstrate the ability to meet the required capabilities identified above;
  5. If an interested party would team with other parties, the capability statement would need to discuss how the work efforts would be separated, the corporate relationship between the parties (i.e. team arrangement, prime-subcontractor, joint venture, etc.);
  6. A description of the company’s past experience and performance on similar contracts. Include whether Contractor Performance Assessment Reporting System (CPARS) ratings are available. This description should address current and prior experiences within five (5) years from the date of this notice. If no similar experiences exist, please address future capabilities. Any future capabilities should provide an outline to the ability to deliver to the requirements defined herein.
  7. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company’s capability.
  1. SUBMISSION DETAILS

Means of Delivery: All Capability Statements should be sent via email to Melissa Buchanan, at melissa.l.buchanan4.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the Subject “CONTRACTOR NAME IN FLIGHT TRAINER (IFT)”.

Media: Responses shall be in Microsoft Word and/or Microsoft Excel format, or Portable Document Format (PDF).

Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum.

Marking: If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). All responses must be unclassified.

Submission Information: Interested parties shall respond no later than 10:00 (Eastern) on 31 October 2024.

Attachments/Links

Contact Information

Contracting Office Address

  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Oct 04, 2024 09:32 am EDTSources Sought (Original)

Источник закупки

Перейти

Импорт - Экспорт по стране Соединенные Штаты Америки

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru