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
    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
    Similar Opportunities
    MARKET SURVEY/CAPABILITY ASSESSMENT for Deos Development Seat Perpetual License, ARINC 653 and Rate Monotonic APIs Using Multicore Operation
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to assess capabilities for providing a Deos Development Seat Perpetual License, which includes ARINC 653 and Rate Monotonic APIs utilizing multicore operation. The FAA is seeking responses from interested vendors, including small businesses and 8(a) certified firms, to gather information on their ability to supply these licenses, which are crucial for software development in aviation systems. Interested parties must submit a capability statement and a Rough Order of Magnitude (ROM) estimate by 5:00 PM CDT on March 21, 2025, via email to Jennifer Lucas at jennifer.l.lucas@faa.gov, ensuring to mark all documents as proprietary.
    Recompete of the Command Aircraft Crew Training (CACT) for the Navy C-37B Platform
    Buyer not available
    The Department of Defense, specifically the Navy's NAWC Training Systems Division, is seeking proposals for the recompete of the Command Aircraft Crew Training (CACT) for the C-37B platform. This procurement aims to provide comprehensive flight training services, which are critical for ensuring the operational readiness and effectiveness of Navy personnel operating the C-37B aircraft. The solicitation includes several amendments and attachments that detail the performance work statement and responses to offeror questions, emphasizing the importance of adhering to the updated requirements. Interested parties can reach out to David Friedland at david.b.friedland.civ@us.navy.mil or Virginia Marquez at virginia.l.marquez.civ@us.navy.mil for further information, with the contract details and deadlines outlined in the solicitation documents.
    FAA DVT Sustainment Program
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the FAA DVT Sustainment Program, which focuses on the long-term support and modernization of Distance Measuring Equipment (DME), Very High Frequency Omnidirectional Radio Range (VOR), and Tactical Air Navigation (TACAN) systems. The procurement aims to ensure the operational resilience of these critical navigation systems, which are essential for aviation safety, particularly as many of these systems are over 30 years old. Contractors will be required to provide comprehensive program management, systems engineering, quality assurance, and training programs, with a contract duration of up to 20 years and a minimum guaranteed work order of $100,000. Interested parties can contact Richard J. Simons at richard.j.simons@faa.gov or Michael Jones at Michael.E.Jones01@faa.gov for further details.
    Helicopter Certified Flight Instructor/Instrument Training
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified vendors to provide Helicopter Certified Flight Instructor (CFI) and Certified Flight Instructor-Instrument (CFI-I) training services for its pilots. The objective of this procurement is to secure FAA certifications that will enable FBI pilots to effectively train others within the agency, thereby ensuring high levels of aviation proficiency and operational readiness. This training is critical for maintaining safety and effectiveness in aviation operations, with requirements including a minimum of 50 hours of ground training and 20 hours of flight training for CFI, and 25 hours of ground and 15 hours of flight for CFI-I, all to be conducted at FAA-approved facilities within a 14-day instructional period. Interested parties can contact Andrea Dailey at amdailey@fbi.gov or Melissa J. Golicz, Contracting Officer, at mgolicz@fbi.gov for further details, with the performance period for this agreement spanning five years.
    F35 Flight Training Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the development of a dual-purpose flight and aerospace physiology training simulator tailored for F-35 training. This simulator must accurately replicate F-35 flight dynamics and include a functional cockpit equipped with real-world switches, high-fidelity visuals, and mixed reality capabilities, alongside compatibility with hypoxia training devices and monitoring systems. The procurement emphasizes the importance of advanced simulation technologies in enhancing pilot training and operational readiness. Interested vendors should contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or 623-856-2730, or Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446 for further details regarding this Total Small Business Set-Aside opportunity.
    MGSU Certificate of Business Aviation Program (Modules 3 - 6)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide the Middle Georgia State University (MGSU) Certificate of Fundamentals of Business Aviation Program for 100 candidates at Robins Air Force Base in Georgia. The program consists of four modules—Operations Management, Project Management, Supply Chain Management, and Continuous Process Improvement—delivered through a hybrid format of online and on-campus instruction, including assessments and group projects. This initiative aims to enhance the skills of participants from the Warner Robins Air Logistics Complex (WR-ALC) and aligns with federal procurement guidelines, emphasizing educational collaboration and compliance with labor standards. Quotations for this opportunity are due by March 21, 2025, and interested parties can contact Adam Hudson at adam.hudson.4@us.af.mil or Jeffery Pruitt at jeffery.pruitt.1@us.af.mil for further information.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    ARSR-2 Pedestal Main Bearing
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors to provide four (4) ARSR-2 Pedestal Main Bearings, IFS P/N 100028189, as part of a market survey to assess capabilities and interest in fulfilling this procurement requirement. The FAA aims to gather information to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses certified by the SBA. The bearings are critical components for FAA operations, and the procurement process will consider responses to the market survey, which must be submitted by March 25th, 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov. Interested vendors are required to provide a capability statement, proof of entity registration in SAM, and any applicable certifications.
    USNTPS OH-58C Replacement
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking proposals for the Helicopter Autorotational/High Risk Testing Trainer (HATT) as part of the USNTPS OH-58C Replacement initiative. The procurement aims to establish a versatile flight training solution that meets stringent design parameters, including cockpit specifications, rotor systems, flight control capabilities, and advanced safety features, all while accommodating dual controls and ensuring effective autorotation capabilities. This trainer is crucial for preparing pilots for high-risk operational scenarios, aligning with federal and state mandates for aviation safety and training systems. Interested vendors should contact Brad Dioguardo at bradley.dioguardo.civ@us.navy.mil or Catrina Farrell at catrina.m.farrell.civ@us.navy.mil for further details on the proposal submission process.
    Market Survey-Western Service Area Contract Security Officer Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Western Service Area, which includes states such as Alaska, California, and Hawaii, as well as Guam. The FAA seeks to procure armed CSO services to ensure the safety and security of its employees and facilities, requiring contractors to have a minimum of five years of experience in similar roles, along with necessary licenses and compliance with federal and state regulations. The services will encompass access control, visitor processing, and emergency response, with a focus on maintaining operational readiness and mitigating security risks. Interested parties must submit their past performance information and capability statements by March 26, 2025, to Timothy Thannisch at timothy.g.thannisch@faa.gov, adhering to specified formatting guidelines.