MARKET SURVEY CAPABILITY ASSESSMENT FOR training on McDonnell Douglas DC-3TP Pilot Recurrent Qualification Training
ID: AC-24-00874Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
  1. 1
    Posted Dec 12, 2023 2:50 PM
  2. 2
    Updated Dec 12, 2023 2:50 PM
  3. 3
    Due Dec 22, 2023 11:00 PM
Description

Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking capabilities for training on McDonnell Douglas DC-3TP Pilot Recurrent Qualification Training. This training is intended for Flight Standards Operations Inspectors employed by the FAA. The contractor will provide commercial off the shelf (COTS) Training using a McDonnell Douglas DC-3TP Pilot Recurrent Qualification Training. Interested vendors are required to submit a capability statement, including information on the type of training provided, past performance, and number of years in business. The geographic area where training will be provided and the expected approach must also be specified. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses or eligible socially and economically disadvantaged businesses. Responses must be submitted by 5:00 p.m. CST, 12/22/2023, via email to Federal Aviation Administration joe.oglesby@faa.gov.

Point(s) of Contact
Files
Title
Posted
3/26/2024
Similar Opportunities
Amendment to Solicitation for Air Tractor Initial and Recurrent Training
Active
Transportation, Department Of
Solicitation for Air Tractor Initial and Recurrent Training The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking Air Tractor Initial and Recurrent Pilot Qualification Training for its employees. This training is typically used to ensure that FAA employees are qualified and up-to-date on operating Air Tractor aircraft. The FAA intends to award a Fixed Price - Indefinite Delivery/Requirements contract with a 1-year base period and 4 option periods. The contract will be awarded to the vendor with the lowest price technically acceptable proposal. Interested sources should submit their documents to Shelley Howard, the Contracting Specialist, via email at Shelley.A.Howard@faa.gov, with the solicitation number 6973GH-24-R-00170 in the subject line. Technical and cost proposals must be received by the FAA no later than 5:00 P.M. CT on July 24, 2024. Late submissions will not be considered, and incomplete proposals may be deemed non-responsive and ineligible for contract award.
Sources Sought for Long-Range Business Jet-Class Platform(s) for Training
Active
Dept Of Defense
Sources Sought for Long-Range Business Jet-Class Platform(s) for Training The Department of Defense, specifically the Department of the Army, is seeking information on potential concepts and ideas for a long-range business jet-class aircraft (BBD-700 series) for pilot training purposes. This request is for informational and planning purposes only and does not commit the Government to a contract. The Army is interested in receiving feedback on proposed approaches and innovative ideas to maximize cost efficiencies and best value to the Government. The desired aircraft should be FAA FAR Part 25 certified, CNS/GATM and FANS-1/A compliant, and equipped with crew rest facilities and functioning lavatories. The training services should include ground and flight instruction provided by qualified Contractor FAA Certified Flight Instructors with Military Instructor Pilot background. The training will support Army Aviator qualification, currency, and progression training. The Army is looking for support at a USG facility CONUS and OCONUS training in one-week iterations. The aircraft should fly a minimum of 450 flight hours per month, with an option for an additional 150 hours per month. Interested sources are requested to submit a Capability Statement describing their ability to meet the requirements by July 31st, 2024.
6973GH-24-R-00180, AVS Safety, Analytical and Technical Support Services
Active
Transportation, Department Of
Sources Sought Notice: Transportation, Department of - Federal Aviation Administration is conducting a market survey for AVS Safety, Analytical and Technical Support Services. This notice aims to solicit statements of interest and capabilities from vendors capable of providing Safety, Technical, and Analytical Support Services to the FAA. The services are intended to support safety-related programs within AVS oversight. The FAA plans to have a resultant Indefinite Delivery/Indefinite Quantity/Labor Hour/Time and Material contract in place by 2026. The anticipated contract period is five years, with an estimated 131,690 labor hours required. Interested vendors are required to submit a Capability Statement addressing their services, past performance, active contracts, experience/capability for the requirements, and more. The submission deadline is August 7, 2024, and all responses should be sent to Cynthia Cooper at cynthia.cooper@faa.gov.
Foreign Military Sales (FMS) Aircraft Program for the Purchase of One Commercial Aircraft, Two Year Sustainment Package, and Contractor Logistic Support (CLS), and Training
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Aircraft Manufacturing: The Department of the Air Force is conducting market research to identify potential sources for the procurement of one commercial aircraft, a two-year sustainment package, and contractor logistic support (CLS), and training. The aircraft, specifically a Boeing 737 Next Generation (737-500+), will be used for transportation of personnel and state authorities nationally and internationally, cargo transportation, humanitarian aid, and quick disaster response. The procurement will also include a range of technical specifications and support services. Interested parties should provide documentation to establish their capability to fulfill this requirement.
TACTICAL SCHEDULING METERING TOOLS (TSMT)
Active
Transportation, Department Of
Sources Sought Transportation, Department of Federal Aviation Administration is seeking engineering services for the development of a new system called Tactical Scheduling Metering Tools (TSMT). This system will replace the current Time Based Flow Management System (TBFM) and provide Time Based Metering (TBM) services to the National Airspace System (NAS). The purpose of this market survey is to gather industry input to support the FAA in developing the TSMT acquisition strategy and defining the technical requirements. The FAA is interested in industry-recommended traffic flow management solutions not currently captured in the draft functional analysis document. The FAA plans to leverage current industry trends such as Service-Oriented Architecture (SOA), cloud-based systems, DevOps practices, containerization of applications, and the use of Open Geospatial Consortium Standards and Geographic Information Service (GIS). Interested companies are requested to provide information on their experience in creating mission-critical software applications, their high availability/failure tolerance strategy, experience in developing APIs and using API management tools, experience in providing standalone applications that can be integrated with other applications, experience in large-scale data migration and synchronization, capability to deliver the functions provided in the functional analysis document, recommendations for increasing the role of machine learning and automation, industry standards to consider, and their approach to managing and verifying the quality of services. The FAA is also interested in companies' experience related to TBM, TBO, or equivalent scope of work, experience working on multi-award contracts, obstacles anticipated for managing development, implementation, and operations and maintenance under a single contract, methods for maintaining low defect rates, experience with rapid development, change management processes, and common development platforms used in the past. Interested parties must submit their responses electronically by August 30, 2024. The primary contact for this procurement is Jennifer Dinwiddie-Gamble, Contracting Officer.