Federal Bid

Last Updated on 20 Jul 2012 at 8 AM
Sources Sought
Quantico Virginia

Free Fall Multi-Mission Parachutist Training

Solicitation ID M00264-12-I-0410
Posted Date 28 Jun 2012 at 11 AM
Archive Date 20 Jul 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Quantico Virginia United states 22134
This Request for Information (RFI) is an effort to conduct market research for use in formulating an acquisition plan/strategy to obtain a Free Fall Multi-Mission Parachutist Training Course (MMPC) for the purpose of training non-military Free Fall-qualified Marines in Military Free Fall techniques utilizing the United States Marine Corps ((USMC) Multi-Mission Parachute System (MMPS) in accordance with approved Marine Corps Multi-Mission Parachutist Course Program of Instruction (POI). The Regional Contracting Office, National Capital Region (RCO-NCR is requesting responses from qualified businesses. The qualifying NAICS code for this effort is 611699.

The purpose of the Marine Corps Freefall Multi-Mission Parachutist Course (MMPC) is to train Non-Military Free Fall (MFF) qualified Marines in Military Free fall techniques utilizing the USMC Multi-Mission Parachute System (MMPS). This training must be in adherence with the approved Marine Corps Multi-Mission Parachutist Course Program of Instruction (POI).

The TECOM requirement will require contractor support with the capability to:

1) Conduct Free Fall Multi-Mission Parachutist training in accordance with the United States Marine Corps (USMC) United States of America Special Operations Command (USASOC) certified Multi-Mission Parachutist Course adhering to the Tasks, Conditions and Standards. The MMPC course duration is four (4) weeks (twenty training days). The projected number of students per course is 24. With 10 courses each year, the Contractor will produce approximately240 graduates each year.
.
2) Provide all personnel to support the training including instructors with current United States Parachute Association (USPA) AFFI membership. The Instructor Staff must possess Military Free Fall (MFF) experience. MFF experience is defined as prior service in a United States (US) Armed Forces MFF billet; Military Free Fall Instructor (MFFI) certification is preferred. All freefall operations will be conducted in accordance with Military Freefall Parachuting Operations. Emergency Medical Technician(s) (EMT) shall hold a current license in accordance with state and national standards.

3) Provide all parachutist equipment for each student consisting of: an MMPS approved Helmet (Gentex or Pro Tec), Jumpsuit, Goggles, Altimeter (MA-230), Parachutist Drop Bag (PDB), Rifle (M-4), PHAOS Oxygen System, strobe light, green and red chemical lights, and student radio with GPS. Support equipment will consist of: altimeter test chamber, oxygen recharging station with drive pump, facility equipment, expendables, vehicles, and medical equipment.

4) Provide classroom and practical application instruction/evaluation in accordance with current Plan of Instruction (POI). Classroom facility shall accommodate multi-media presentation and computer/video debriefs. Practical application shall consist of vertical wind tunnel training and live airborne operations. Ramp style Aircraft, must be AMC34 MFF Jump/Static line certified approved, Federal Aviation Association (FAA) Part 91 (threshold) Part 135 (objective).

5) Provide full maintenance and Para-loft facilities including oxygen safe storage & oxygen filling room, climate controlled packing & training area, climate controlled parachute storage area, climate controlled classroom & debriefing room, staging area and drop zone. All areas must be large enough to accommodate 24 students. Airfield must be able to accommodate a C-130 aircraft.

6) Conduct the MMPC Course in accordance with the Marine Corps Multi-Mission Parachutist Course Program of Instruction. The Contractor must be inspected and certified annually by the Naval Safety Center.

Responses to this RFI shall not exceed ten (10) pages, including cover letter and contact information. Subject response must contain: (1) Capability statement sufficient to demonstrate performance acumen directly related to the objectives stated; (2) Three customer citations describing similar work efforts; (3) Labor categories and rates used by respondents for similar services, and; (4) Other material relevant to establishing the core competencies of the firm. Please identify Large/Small Business size status.

Response is due by 4:00 PM, EST on 5 Jul 2012. Please submit e-mail responses to Carol Neely, Customer Liaison, at email address: [email protected]

NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services or to issue a solicitation. No solicitation documents exist at this time. The Marine Corps is neither seeking proposals nor accepting unsolicited proposals, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.

 

Bid Protests Not Available

Similar Past Bids

Las vegas Nevada 11 Sep 2010 at 3 AM
Location Unknown 26 Jul 2017 at 8 PM
Quantico Virginia 09 Feb 2015 at 4 PM
Wright patterson air force base Ohio 13 May 2011 at 5 PM
Location Unknown 02 Jul 2012 at 8 PM

Similar Opportunities

Colorado 13 Jul 2025 at 4 AM (estimated)
Colorado 13 Jul 2025 at 4 AM (estimated)
Annville Pennsylvania 16 Jul 2025 at 12 PM