Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
ID: H92239-24-R-0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USASOC CONTRACTINGFORT LIBERTY, NC, 28310-5200, USA

NAICS

Flight Training (611512)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The government agency seeks experienced entities to provide specialized support services for its Special Operations Aviation sector. The primary objective is to obtain comprehensive maintenance, logistics, and operational support for a fleet of specialized aircraft, encompassing various models and configurations. These services are essential for ensuring the readiness and efficiency of the aviation branch in executing its unique missions. The chosen vendor will be responsible for providing skilled personnel, including mechanics, technicians, and specialists, who can perform meticulous maintenance and repairs, keeping the aircraft in optimal condition. This entails rigorous inspections, servicing, and certification, adhering to stringent quality standards. Additionally, the contractor must supply expert advice and assistance in managing spare parts, ensuring a steady supply chain, and maintaining accurate records. The scope also encompasses operational support, requiring the vendor to facilitate training, planning, and execution assistance for aviation missions. This includes providing experienced personnel to aid in mission rehearsal, intelligence support, and in-flight operations. The contractor should be prepared to deploy quickly in response to mission requirements, demonstrating flexibility and adaptability. The RFP outlines a comprehensive set of evaluation criteria. Technical capability and past performance in similar roles are given heavy weightage, followed by factors like price, quality control measures, and a robust safety record. Interested parties should submit their proposals by the given deadline, with meticulous attention to the detailed requirements outlined in the RFP. The government reserves the right to award multiple contracts, and the successful vendor(s) will be selected based on the criteria outlined.
    The U.S. Army Special Operations Command (USASOC) is soliciting assessments of offerors' past performance for Request for Proposal (RFP) H92239-24-R-0007 related to US Army Special Operations Aviation Training. Assessors are required to evaluate contractors based on their relevant experience in flight training, program and operations management, instructional support, and logistical support. The document outlines a Past Performance Questionnaire that evaluators must complete, emphasizing the confidentiality of the responses. Key sections include contract identification, evaluator identification, performance ratings across multiple criteria, and a narrative summary regarding the contractor's future engagement potential. Performance is rated on a scale from Exceptional to Unsatisfactory, and any negative findings must be explained. This evaluation process is integral to the competitive source selection for the RFP, ensuring that contractor capabilities align with federal standards and fulfill training objectives. The completed assessments must be submitted by October 21, 2024, reflecting USASOC's commitment to maintaining high-quality flight training services.
    The document outlines the requirements and responsibilities involved in providing Night Stalker Pipeline Support Services, including instruction and logistical support for various military training programs. Key positions detailed include Technical Instructor, Operations Manager, and various specialist roles, each requiring specific qualifications as listed in the Performance Work Statement (PWS). The Contractor is responsible for a 60-day phase-in period to prepare for operations, followed by ongoing provision of labor, supervision, and training materials as managed under several Billing CLINs (Contract Line Item Numbers). Costs associated with travel and Other Direct Costs (ODCs) must be pre-approved and will be billed on a monthly basis. The document also emphasizes the need for service contract reporting regarding labor hours to ensure compliance with federal regulations. This initiative reflects the government's commitment to maintaining high standards in military training and operational support while adhering to fiscal accountability and regulatory oversight.
    The RFP H92239-24-R-0007 titled "Special Operations Aviation Training, Readiness, and Maintenance Support (SOATRMS)" is issued to solicit proposals for providing comprehensive training and maintenance services related to aviation operations within special operations. The document includes a question template for interested companies to clarify inquiries concerning the request for proposals (RFP) and the Performance Work Statement (PWS) requirements. This RFP aims to enhance operational readiness, ensuring that aviation units can maintain and improve their capabilities through strategic training and efficient maintenance support. Companies are encouraged to contribute their expertise to meet the specific needs outlined in the RFP. The overall goal is to ensure that special operations aviation units are well-prepared and equipped for their missions.
    The government agency seeks to procure specialized training services and support for aviation personnel. The primary focus is on providing instruction in various aviation-related roles, encompassing flight operations, crewmember training, and mission-specific skills. The agency requires a comprehensive approach, covering both classroom and practical training, aligned with current POI and PWS standards. This entails a significant investment in labor, with multiple roles requiring different skill sets. Notably, the role of the Technical Instructor Program Manager oversees the entire training program. Instructional roles range from combat skills instructors to flight instructors specialized in different aircraft, such as the MH-47G and C-27J. The agency also requires instructors for non-rated crewmembers and aviation support roles, including medical and logistics specialists. In addition to training, the contractor will be responsible for providing supervision and ensuring the overall success of the program. To accomplish this, the successful vendor must purchase specific materials and equipment, subject to government approval, and adhere to travel requirements for their staff. The procurement's evaluation criteria are not explicitly mentioned, but the agency indicates it will prioritize the quality and efficiency of the training program. The contract is structured as a firm-fixed-price arrangement, spanning a base year with four optional years. The total estimated value for the five-year period is $6,750,000, including a six-month extension option. The government emphasizes the importance of reporting, requiring the contractor to submit detailed labor hour reports annually via a designated secure website.
    The government seeks a non-personal services contract for flight training support to the U.S. Army Special Operations Aviation Command (USASOAC), primarily based at Fort Campbell. The objective is to procure comprehensive services, including program management, instruction, training development, and logistics/technical support. The contract, with a base period of one year and four potential twelve-month extensions, aims to ensure quality flight training for USASOAC's diverse aviation units. Qualified contractors will be expected to provide a wide range of personnel, from flight instructors and training developers to logisticians and technical experts, adhering to stringent security and quality control requirements. The government emphasizes the need for English proficiency and clearances, with some positions requiring top-secret clearance and special operations experience. Key positions have specific qualification requirements, such as instructor certifications, aviation safety training, and relevant military experience. The scope encompasses managing training programs, developing curriculums, and ensuring the availability of qualified instructors for aviation crew training. Contractors will be responsible for student records, training calendar management, and lesson planning. Logistics and technical support include ammunition accountability, safety management, and supply chain duties. The contractor must submit a Quality Control Program ensuring prevention-based procedures and regular evaluations for contract compliance. Critical dates include a 60-day phase-in period followed by a 10-month full performance phase for the base contract year. Option years extend the contract period by twelve months each. Evaluation criteria were not explicitly provided. However, it's likely that the government will prioritize candidates with a proven ability to deliver high-quality flight training services, maintain a robust quality control system, and meet the stringent security and clearance requirements.
    The file contains a draft Request for Proposal (RFP) for Special Operations Aviation (SOA) Training and Readiness Management Support (TRMS) services, along with questions and answers clarifying various aspects of the RFP. Key topics include technical capabilities, past performance requirements, pricing details, key personnel, cybersecurity requirements, and security clearances. The RFP seeks a comprehensive solution for flight training and support, with a focus on ensuring a robust and secure environment for sensitive government operations. The SOA training involves various aviation platforms, and the government seeks to engage experienced contractors with robust cybersecurity measures and relevant corporate experience. Of note, a high-security clearance is a critical requirement, and the government aims to select a contractor with a pre-existing TOP SECRET Facility Clearance to avoid potential delays. This RFP draft aims to procure specialized aviation training and management support, and the clarifications provided ensure a more accurate and competitive bidding process.
    The document outlines a Request for Proposal (RFP) for a non-personal services contract aimed at providing flight training support services to the U.S. Army Special Operations Aviation Command (USASOAC). The objectives include delivering flight instruction, training development, logistics support, and oversight of program management operations for the 160th Special Operations Aviation Regiment (160th SOAR) and the Special Operations Aviation Training Battalion (SOATB). Key aspects involve providing experienced aviation personnel, simulators, and technical support across multiple locations, including Fort Campbell, KY, and Joint Base Lewis-McChord, WA. The contract spans a base period of 12 months, with options to extend up to four additional years. The document specifies that quality control is the contractor's responsibility and emphasizes the need for a systematic approach to managing Government Furnished Equipment (GFE) and ensuring compliance with federal regulations. Additionally, it establishes protocols for reporting and managing the performance of services, which are critical for maintaining the operational effectiveness and readiness of U.S. Army aviation units. This RFP represents an essential part of the government’s structure for acquiring necessary training and support services, thereby enhancing military capabilities through specialized aviation training.
    The document outlines a comprehensive training schedule for various Officer and Enlisted courses within the U.S. military for Fiscal Year 2025. It provides a detailed timeline for combat skills, aviation courses, and maintenance training, specifying course codes, dates, frequency, and participant capacities. Key sections include Officer Combat Skills, Basic Skills, and specialized aircraft training for platforms such as the MH-60M and MH-47G. The structure presents each course's start date, number of slots available, and length of training days, indicating a systematic approach to developing military personnel capabilities. This RFP component reflects the government's commitment to enhancing readiness and operational effectiveness by providing targeted and rigorous training programs for both officers and enlisted personnel. The focus lies on ensuring that service members are equipped with necessary combat and technical skills, crucial for their operational roles in diverse environments.
    The document outlines government-furnished property, primarily for a custodial procurement contract overseen by Justin W. Burke of SOCOM. It details the solicitation and associated property specifications, including various electronic devices (e.g., workstations, monitors, laptops), audiovisual equipment (e.g., camcorders, digital cameras), and other items such as printers and televisions. These assets are categorized by serial and non-serial management, indicating their tracking and acquisition modes. The attachment lists quantities for each item, along with their respective unit acquisition costs and the terms of delivery. The main purpose of this document is to facilitate the procurement and management of government property in support of federal contracts, ensuring that inventory requirements are met efficiently. This aligns with the broader context of government Requests for Proposals (RFPs) and grant processes, underscoring the importance of accurate record-keeping and item management for federal operations.
    The document pertains to federal grants and RFPs, focusing on the need for compliance, reporting, and project management regarding financial assistance. It emphasizes the critical role of federal agencies in evaluating grant proposals, ensuring they meet specified criteria, and promoting transparency throughout the process. Key areas include the alignment of proposed projects with federal priorities, the requirement for detailed reporting on expenditures and progress, and the necessity for diverse funding sources to support various initiatives. An essential aspect of the RFP process is the emphasis on competitive bidding, encouraging innovation and efficiency among applicants. Additionally, the document outlines guidelines for community engagement and collaboration, ensuring that project outcomes are beneficial and representative of the needs of diverse populations. It also stresses the importance of outcome measurement and evaluation to ensure accountability and the effective use of public funds. Overall, the document serves as a framework for understanding government RFPs and grants, guiding stakeholders in the application process while maintaining a focus on compliance and effective project implementation.
    This document outlines a series of government-related proposals and grants, focusing on the requirements and criteria for federal and state/local requests for proposals (RFPs). The primary objective is to guide potential applicants on the eligibility, submission processes, and evaluation standards for securing funding. Key sections address the types of projects eligible for grants, the intended outcomes which include public safety, community development, and environmental improvements, and the importance of providing detailed project descriptions and budgets. It emphasizes transparency and accountability, requiring all submissions to conform to federal regulations and state-specific guidelines. Moreover, the document stresses adherence to deadlines, completeness of applications, and provision of supporting documentation. The overall purpose is to facilitate the funding application process, ensuring that applicants understand the requirements for successful grant proposals that align with government priorities and community needs. By providing this information, the document aims to enhance applicant preparedness and project viability, ultimately contributing to the successful allocation of government resources to beneficial projects.
    The document addresses various issues related to government RFPs (Requests for Proposals), federal grants, and local/state funding initiatives. It outlines the procedures involved in proposal submission, evaluation criteria, and financial management. A significant focus is placed on compliance with federal and state regulations, particularly in relation to public service projects, infrastructure development, and environmental health standards. Key points include the importance of adhering to strict deadlines for proposal submissions, the necessity for detailed project plans to secure funding, and the emphasis on health and safety regulations that organizations must satisfy. Additionally, the document highlights the need for transparency and accountability in the use of allocated funds to ensure effective project outcomes. In summary, the document serves as a comprehensive guide for entities seeking government funding through grants or bids on RFPs, providing crucial insights into the application process, required qualifications, and the management of federal and state resources. These details are essential for organizations to navigate the complexities of government funding effectively.
    The document outlines a series of government RFPs (Requests for Proposals) and grants at federal, state, and local levels, focusing on various initiatives aiming to address community needs through funding and resource allocation. It begins with a description of program objectives, identifying key areas for investment in public health, education, infrastructure improvements, and disaster relief. Supporting details highlight successful past projects as exemplars of efficient fund utilization, alongside guidelines for applicants focusing on eligibility, project scope, and evaluation criteria. The call for collaborative approaches among stakeholders is emphasized to enhance project viability and foster community engagement. The overarching purpose is to stimulate economic growth and improve public services through strategic partnerships and innovative solutions. The document serves as a crucial tool for organizations seeking federal and state funding, outlining the necessary steps to apply effectively while adhering to compliance regulations. Overall, this collection of RFPs and grants reflects a comprehensive attempt to mobilize resources towards impactful community development initiatives, ultimately reinforcing the government's commitment to public welfare and sustainable growth.
    The DD Form 254 is a Department of Defense Contract Security Classification Specification that outlines security requirements for a classified contract, particularly concerning the Night Stalker Pipeline Logistics Sustainment Support. The document states the need for a Top Secret facility clearance and specifies that no safeguarding for classified material is required at the contractor's facility. The performance period is set from September 29, 2024, to September 30, 2029, and includes multiple locations, particularly Fort Liberty, NC, and others. Access to various classified and controlled information types is authorized, including Communications Security (COMSEC) and Sensitive Compartmented Information (SCI), requiring contractors to have the appropriate clearances. Contractors must follow specific security training protocols, including Operations Security (OPSEC) and Antiterrorism Awareness Training. The contractor is tasked with maintaining the confidentiality of all information and ensuring all classified materials are returned upon the contract's completion. The form concludes with necessary certifications and signatures confirming compliance with the National Industrial Security Program requirements. Overall, the DD Form 254 serves as a critical document to ensure security measures are upheld throughout the contract's execution.
    Similar Opportunities
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    Targeting System Maintenance and Repair
    Active
    Dept Of Defense
    The U.S. Special Operations Command, through the Naval Special Warfare Command, is seeking qualified contractors for the maintenance and repair of electronic targeting systems used in training exercises. The objective is to establish a Firm-Fixed Price Blanket Purchase Agreement (BPA) to sustain approximately 1500 electronic targets and related systems across multiple training locations, ensuring operational readiness and safety. This initiative is crucial for maintaining the effectiveness of training exercises, as it involves providing hardware, repair parts, technical support, and training to personnel while adhering to strict safety protocols. Interested contractors must submit a capabilities package by October 11, 2024, to Meredith Howes at meredith.howes.2@socom.mil, with submissions treated as part of market research and not as a commitment for procurement.
    Intelligence Support Services Joint III – Synopsis (H92402-24-R-0001)
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is preparing to release a Request for Proposal (RFP) for Intelligence Support Services Joint III (H92402-24-R-0001), aimed at providing comprehensive intelligence services across various functional areas. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing, requiring qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to deliver actionable intelligence in support of military and humanitarian missions worldwide. Interested vendors must register in SAM.gov under NAICS code 541990 and demonstrate a NIST SP 800-171 Assessment score of 110 to access the Statement of Work and related documents. The anticipated RFP release is scheduled for the week of September 23, 2024, with proposals due approximately 45 days thereafter; for inquiries, contact LTC Marsha Leventry at marsha.leventry@socom.mil or Amy Jaskela at amy.c.jaskela.civ@socom.mil.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.
    Overhaul of the UH-60 SERVO, ROLL TRIM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the UH-60 Blackhawk Servo Roll Trim, a Critical Safety Item (CSI). The contract will be structured as a five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with an estimated quantity range of 150 to 900 units, including foreign military sales. This procurement is crucial for ensuring the operational readiness and safety of military aviation systems, as the Servo Roll Trim is integral to the functionality of the UH-60 aircraft. Interested contractors must submit their proposals via email to the designated contacts, Reginald C. Burrell and Lindy L. Pinchon, with the understanding that the requirement is currently unfunded and subject to the availability of funds. The solicitation is expected to close on an estimated date, which may be adjusted based on the release of the solicitation documents.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    USSOCOM SOFWERX Private Capital Investor Cohort Assessment Event (AE)
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is hosting a Private Capital Investor Cohort Assessment Event (AE) from October 22-24, 2024, aimed at identifying investors who can support and develop solutions for Special Operations Forces (SOF) capabilities. This event seeks participants with expertise in markets and technologies relevant to SOF interests, as well as experience in accelerator services, to foster a community focused on accelerating capability development. Interested parties, including government, industry, academia, and national labs, must submit their proposals by September 27, 2024, and are encouraged to participate in a virtual Q&A session on September 5, 2024. For further inquiries, contact Ronald Reed at ronald.e.reed.civ@socom.mil or Terry Ann Lewis at terryann.j.lewis.ctr@socom.mil.
    Commercial Solutions Opening (CSO) PEO-SDA
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE US SPECIAL OPERATIONS COMMAND (USSOCOM) is seeking commercial solutions to accelerate the application of commercially derived software innovation into deployable warfighting capabilities in support of Special Operations Forces (SOF). The goal is to enhance the effectiveness of software intensive programs, platforms, components, algorithms, and processes. This Commercial Solutions Opening (CSO) may result in an Other Transaction Authority (OTA) or a FAR-based contract. Further information can be found in the attached document. The place of performance for this procurement is Tampa, FL 33621, USA. For more details, contact Christie Orlando at christie.r.orlando.civ@socom.mil or 8138604624.
    Aviation Maintenance and Support Services (AMSS)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for Aviation Maintenance and Support Services (AMSS) to support its Critical Incident Response Group (CIRG). The procurement aims to provide comprehensive fixed and rotary wing aviation support, including aircraft maintenance, operational support, and training for over 100 special mission aircraft across the United States. This contract is crucial for ensuring the safety and effectiveness of FBI aviation operations, adhering to FAA regulations and FBI policies. Interested contractors should note that the due date for proposals has been extended to October 1, 2024, by 4 PM EST, and can contact Melissa J. Golicz at mgolicz@fbi.gov or Nicolas Shockley at ncshockley@fbi.gov for further information. The anticipated contract value is up to $100 million, with a base period of one year and four optional extension years.
    Command VIP Suite
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Command VIP Suite project, with a focus on construction-related services at Camp Lejeune, North Carolina. This procurement aims to enhance operational capabilities by providing a state-of-the-art facility tailored to the needs of the Special Operations Community, emphasizing small business participation, particularly from service-disabled veteran-owned small businesses. Proposals are due by 12:00 PM Eastern Standard Time on September 23, 2024, following a mandatory site visit on September 17, 2024. Interested contractors should direct inquiries to Allison O'Donnell at allison.c.odonnell.mil@socom.mil or call 910-440-1697 for further details.