Screening Information Request (SIR) AMA- 400 Technical Instructional Support Services Contract

Agency: TRANSPORTATION, DEPARTMENT OF
State: Oklahoma
Type of Government: Federal
Category:
  • U - Education and Training Services
Posted: Apr 23, 2024
Due: Apr 25, 2024
Solicitation No: 6973GH-24-R-00043
Publication URL: To access bid details, please log in.
Follow
Screening Information Request (SIR) AMA- 400 Technical Instructional Support Services Contract
Active
Contract Opportunity
Notice ID
6973GH-24-R-00043
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 23, 2024 06:05 am CDT
  • Original Published Date: Mar 06, 2024 10:19 am CST
  • Updated Date Offers Due: Apr 25, 2024 05:00 pm CDT
  • Original Date Offers Due: Apr 09, 2024 02:30 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 31, 2024
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: U008 - EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT
  • NAICS Code:
    • 611512 - Flight Training
  • Place of Performance:
    OK
    USA
Description

NO CALLS PLEASE



ALL CORRESPONDENCE MUST TRANSPIRE THROUGH EMAIL WITH THE LISTED CONTRACTING OFFICER ONLY.



23 APR 2024 - SIR AMEND-004:



- Revises Att.J-2 and incorporates Att.J-2_SCHEDULE B Pricing - CLIN COMPUTE Tables_AMA-400 ISSC_REV004



The change includes a calculation for the following:



1. The Matrix was unprotected for the Base TAB and Option TABs and emailed to all Interested Vendors 04/19/2024. Specific areas of note are:




  • Cell population at new Columns O, P, Q, R, and S. - ROUND feature requiring the cell be regenerated by clicking the ENTER Key

  • The indirect and profit percentages and the FFP direct labor rates do not auto populate in the option years. - Updated to populate

  • The Profit percent cells in the options years are locked down.

  • Profit does not usually escalate as the risk for the contract is low and would only decrease. - The matrix is unlocked.

  • The two places after the decimal in block S25 of each year are not visible. - Updated to populate

  • Cell S25 of the Base Period is populated before any data has been entered into the spreadsheet. Also, this cell will not update when data is entered. - This is due to the fact that the current H&W rate is populated, outlying years will be adjusted only in the event of a DoL change.

  • Cell S25 of OPT YEAR I-IV is populated before any data has been entered into the spreadsheet. Also, this cell will not update when data is entered. See sub-bullet one.

  • Cell S40 of OPT YEAR IV is locked down and does not allow the offeror to insert additional cost for 15 additional days at Phase-Out as instructed. - Please propose for the 30-days. A cell at the Option Year IV Tab was given for estimating 45-Day. Anything different than the 30-Day will be negotiated at the time of need.

  • There are 16590 total FTE hours in the base year and 16600 hours in the option years. Confirming this is correct? - This is correct.



2. Q&A



Can you please confirm this contract is under the Service Contract Act (AMS Clause 3.6.2-28 and 3.6.2-30) and not the Davis Bacon Act (AMS Clause 3.6.2-18) as stated in the SIR? - SCA is applicable. DBA is not, you may take any exception to the DBA Clause within your proposal.



In the event you were not running into either issue above, feel free to re-enter your base rates in the unprotected Amend 004 Matrix for validation. You may also still feel free to utilize your appendices or continuation sheet(s) to speak to any additional need your organization wishes to propose. As you submit your Appendicies for the basis of proposed Rates, Allocations, O/H, G&As, Pools, and Fringes, etc., the address is acceptable within those spreadsheets with appropriate notations.



The due date and time remain unchanged. There are no other changes issued under this amendment.



*****

End of Notes for AMEND-004



*****



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



12 APR 2024 - SIR AMEND-003:



- Revises Att.J-2 and incorporates Att.J-2_SCHEDULE B Pricing - CLIN COMPUTE Tables_AMA-400 ISSC_REV003



The change includes a calculation for the following:




  1. Applies* G&A to other categories on line 8 for Columns M and N

  2. Applies* Profit to other categories on line 8 for Columns M, N, and or O

  3. The escalation rate at each Option Year Tab [Column H, at Row 4] is unlocked

  4. Column M, at Row 10 and Row 11 are included for the different fringe factor needs for Part-Time and Non-Exempt Labor Categories



*Please note, the inclusion per the above is no firm indicator of acceptance by the Contracting Officer OR Pricing Official.



This revision addresses the issue with the Matrix in a manner that will allow for your full and best-proposed price. Since proposals a due in thirteen (13) days, please feel free to utilize your appendices or continuation sheet(s) to speak to any additional need your organization wishes to propose. As you submit your Appendicies for the basis of proposed Rates, Allocations, O/H, G&As, Pools, and Fringes, etc., the address is acceptable within those spreadsheets with appropriate notations.



The due date and time remain unchanged. There are no other changes issued under this amendment.



*****

End of Notes for AMEND-003



*****



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



05 APR 2024 - SIR AMEND-002:



- Hereby extends the proposal due date: From: 09 April 2024 To: 25 April 2024



- Updates/Corrects Text at Sections H, I, L, and M (changes are highlighted within the SIR document (SF-33))



- The Q&A Matrix is hereby incorporated per this amendment



- Revisions for the following documents are officially incorporated: SIR_6973GH-24-R-00043_AMA-400 TECHNICAL ISSC_AMEND-002, Att.J-12 Past Performance Information Form_Rvsd AMEND-002, and Att.J-13 Past Performance Questionnaire_Rvsd AMEND-002.



*****

End of Notes for AMEND-002



*****



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



11 MAR 2024



Corrected Upload of SIR Amend-001 to remove inadvertent paste error where Recruitment and Retention was duplicated under a 2.5 heading within Section L.



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



AMEND-001:



SIR AMEND-001 corrects:



- Text at Sub-Factor 2.2: Recruitment and Retention



- Bulleted Formatting at Sub-Factors under Section L & Section M (highlighted within the amendment). Specifically, applying 2.4 as the reference for Contingency Planning and correcting to 2.5 as the reference for Contract Transition.



There are no other changes issued under this amendment.



The due date and time remain unchanged.



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



The contract shall provide all necessary management, supervisory, and instructional personnel to provide for Instructional Services as required for the Federal Aviation Administration’s (FAA) Technical Operations Training Division, (AMA-400), Mike Monroney Aeronautical Center, Oklahoma, in accordance with the terms, conditions, and provisions set forth herein. The Contractor shall effectively administer, manage, and perform the tasks that are defined by the Government in accordance with the Performance Work Statement.



This acquisition is set aside competitively for 8(a) certified Small Businesses and will be a Hybrid Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract with Firm Fixed Price (FFP), Labor Hour (L/H), and Cost Reimbursement (CR) type CLINs. The Courses and Core Group Program Management and Reports must be Firm-Fixed-Priced. Labor Categories must be proposed with fully burdened labor rates. The term of this contract is for five (5) years which includes a one-year base period and four (4) one-year option year periods.



The FAA Academy, Technical Operations Training Division (AMA-400), provides technical training for technical personnel via course delivery to students at the Mike Monroney Aeronautical Center. This includes, but is not limited to theoretical and practical training in one or more subjects on assigned National Airspace System (NAS) equipment and systems for field technical experts involved with the installation and maintenance of such equipment and systems. FAA training procedures, guidelines, and methodologies are established for the FAA Academy and the Technical Operations Training Division (AMA-400).



Historically, supplemental instructional delivery and development has been accomplished through the support of tasked contract services. The tasks require Instructors to deliver courses via prepared lesson plans and ensure stated course objectives are presented. The Instructors must utilize teaching methods such as lecture, lab demonstrations, and remedial discussion. Instructional learning environments include: in resident, virtual, and blended. The instructor may use or develop teaching aids such as, but not limited to, lesson plans, student guides, lab guides, handouts, wall charts, prepared notes, and use of actual lab equipment. Contract instructors may also be required to provide support as subject matter experts in the development (electronic and written), revision, and maintenance of course materials, utilizing all applicable media.



Under Title 49 of the United States Code (49 U.S.C.), the FAA is authorized to train employees as necessary in the exercise and performance of the powers and duties of the Administrator. The interests of the public, the safety of the workforce, and the credibility of the organization are best served by having qualified, proficient, and current inspectors conducting surveillance, testing, and checking functions.



The principal North American Industry Classification System (NAICS) code for this effort is 611512; Flight Training. This industry comprises establishments primarily engaged in Educational Services associated with Aviation and Flight training with size standard of $34.0M.



All questions are to be submitted to helaina.k.germosen@faa.gov by close of business 21 March 2024. This deadline provides the FAA ample time to address all questions for all Vendors' use prior to the closing of this solicitation. Questions beyond this deadline may not be answered. All questions received timely will be posted with answers as an amendment to the solicitation. Please provide questions that do not provide specific contractor information as the questions will be posted publically on SAM.Gov.


Attachments/Links
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

Related Document

Apr 5, 2024[Combined Synopsis/Solicitation (Updated)] Screening Information Request (SIR) AMA- 400 Technical Instructional Support Services Contract
Apr 12, 2024[Combined Synopsis/Solicitation (Updated)] Screening Information Request (SIR) AMA- 400 Technical Instructional Support Services Contract
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...OR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT AND ...

DEPT OF DEFENSE

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.