Skip to main content

An official website of the United States government

You have 2 new alerts

Screening Information Request (SIR) FPO Multi Aircraft Specific (Initial & Recurrent) & Non-Specific Crewmember Training

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: Solicitation (Updated)
  • Updated Published Date: Dec 22, 2022 08:41 am CST
  • Original Published Date: Nov 29, 2022 12:24 am CST
  • Updated Date Offers Due: Dec 30, 2022 03:30 pm CST
  • Original Date Offers Due: Dec 30, 2022 03:30 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 14, 2023
  • Original Inactive Date: Jan 14, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6930 - OPERATION TRAINING DEVICES
  • NAICS Code:
    • 611512 - Flight Training
  • Place of Performance:
    USA

Description

AMENDMENT 01

Include Question & Answer Sheet, Load revised PWS (with tracked changes), and Pricing Matrix

--------- ---------

The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma, has a requirement for Specific (Initial & Recurrent) & Non-Specific Training for Crewmembers on multiple aircraft types in accordance with Title 14 Code of Federal Regulations (CFR) Parts 142, 135 and 60. The contractor will also provide e-learning content to support initial, recurrent, and ad-hoc training and evaluation for the FAA Flight Program in accordance with Title 14 CFR 135.329 and the FAA-approved Flight Program Operations Crewmember Training Program.

At a minimum, but not all-inclusive, the *scope of work consists of aircraft specific pilot initial, recurrent, transition, upgrade, and differences ground and flight training and evaluation for all of its aircraft types.  Additionally, there will be (non-specific) eLearning for Flight Program Operations specific training.  The contractor will have to provide an eLearning platform and tailor it to Flight Program specific requirements to include maintaining and supporting emerging requirements.

Aircraft-specific ground and flight training and evaluation -

  • The contractor is required to conduct the training and evaluation in accordance with the FAA-approved Flight Program Operations Crewmember Training Program. 
  • The contractor must conduct initial, recurrent, transition, upgrade, and differences flight training and evaluation in an FAA-qualified level D FFS, approved by the POI for the FAA Flight Program. 
  • The contractor must provide all training and evaluation within the contiguous United States or Canada. 
  • The contractor must collaborate with the FAA Flight Program to develop scenarios for the delivery of Line-Oriented Flight Training (LOFT) and scenario-enhanced FAA Flight Program training and evaluation.

e-Learning training and evaluation –

  • The contractor is required to conduct the training and evaluation in accordance with the FAA-approved Flight Program Operations Crewmember Training Program. 
  • The contractor must provide a Learning Management System (LMS) and training content that enables FAA Flight Program crewmembers to accomplish training remotely. 
  • The training must consist of non-aircraft specific content (Attachment 1),  FAA Flight Program specific content (Attachment 2), and ad-hoc FAA Flight Program specific content. 
  • The training content must be fully contained in the contractor’s LMS, be self-paced, and be interactive, with video and animations embedded into the modules that enhance the training objectives. 
  • The LMS content interface must include access to instructional material during training with download capability. 
    • For this virtual aspect of the contract, the contractor is not required to provide hands-on equipment training. 
  • The contractor must develop training that incorporates FAA Flight Program specific content for delivery through the contractor’s LMS. 
  • The contractor must develop training that incorporates FAA Flight Program specific content for delivery through the contractor’s LMS.

*Please see Att.1 attached for a more complete requirement description.

The FAA contemplates award of a competitive Fixed Price - Indefinite Delivery/Indefinite Quantity type contract with a 2-year base period and six (6) one-year option periods.  The contemplated award will be made to a responsible and responsive offeror whose proposal represents the best value to the Government.

The Government expects to award one (1) contract under this competition.

NO PHONE CALLS PLEASE.  ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACT OFFICER.  CONTACT INFORMATION IS BELOW.

All interested sources should first attempt to download the attached SIR document(s).  If downloading is not possible all request for copies of the SIR document(s) must be made in writing to the attention of Helaina Germosen, Contracting Officer (AAQ-740), via email at helaina.k.germosen@faa.gov.

Technical and cost proposals must be received by the FAA no later than 3:30 P.M. CT, December 30, 2022.  Bids must be submitted electronically via email to helaina.k.germosen@faa.gov as provisioned in Section L and Section M of the SIR.

In accordance with SIR Section L provision 3.2.2.3-14 entitled, "Late Submissions, Modifications, and Withdrawals of Submittals," any proposals received after the due time and date of 3:30 P.M. CT, December 30, 2022, will not be considered.  In addition, if all requested information is not furnished within the offeror's proposal, the offeror's proposal may be determined to be non-responsive and ineligible for consideration for contract award.

Any information provided to the Government is strictly voluntary and to be provided at no cost to the Government. For purposes of this request for proposal, the North American Industry Classification System (NAICS) Code is 611512.

In lieu of calls to the contracting office for information; please email any questions to avoid any misunderstanding or confusion.  We hope to eliminate duplicate questions by posting any and all questions on the www.sam.gov website.  If any questions contain proprietary information such information must be identified.  Additional information or updates will be posted at the www.sam.gov website.  It is the responsibility of interested parties to check this website regularly for any changes or updates.  Request responses be provided NLT 3:30 pm, CT, 30 Dec 2022.

Contact Information

Contracting Office Address

  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA

Primary Point of Contact

Secondary Point of Contact





History