Federal Bid

Last Updated on 08 Feb 2019 at 9 AM
Special Notice
Orlando Florida

Notice of Intent to Sole Source - Flight School XXI (FSXXI) Next

Solicitation ID W900KK-FlightSchoolNext-NOI
Posted Date 09 Jan 2019 at 9 PM
Archive Date 08 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Orlando Florida United states 32826
SYNOPSIS: Notice of Intent to Award Sole Source Procurement. This notice satisfies the requirement under FAR Part 5.2 and constitutes the Government's Notice of Intent to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1(a)(2)(iii) - Only One Responsible Source and No Other Supplies or Services will satisfy Agency Requirements.

The Flight School Next simulation services are contractor-provided training simulation services for high fidelity TH-67, UH-72A, UH-60A/L, UH-60M, and CH-47F Instrument and Operational Flight Training (IFT/OFT) systems. An additional suite of eighteen medium fidelity reconfigurable collective training devices (RCTDs) for UH-60M, CH-47F, and AH-64D/E is provided to support US Army Aviation Center of Excellence (USAACE)'s Professional Military Education (PME) courses. FSXXI also provides a training support/management oversight capability. All of the flight simulators are owned, operated and maintained by the contractor. The number, type, functionality, fidelity and availability of the flight simulators is based on the contractor's analysis of projected student throughput, training schedules, and individual/crew and collective training program of instruction (POI) requirements prescribed by USAACE. The Flight School Next services contract will require:

a. State of the Art Visual Systems and Displays.
b. Operational Flight Program (OFP) Concurrency.
AH-64D v13.3, v14.0
AH-64E v4.0
UH-60M v4.0
CH-47F v9.4, Block II
c. State of the Art Helmet Mounted Display (HMD) for Reconfigurable Training Devices (RCTDs).
d. Aviation Survivability Equipment (ASE).
e. Improved Data Modem (IDM).
f. OneSAF Currency (RCTD).
g. Unmanned Aerial Systems (UAS) Levels of Interoperability (LOI) 1 thru 4:
    (1) LOI 1 is indirect receipt of UASV payload data.
    (2) LOI 2 is when the pilot has direct receipt of UASV payload data and is in direct communication with the UASV.
    (3) LOI 3 is where the Apache pilot can actually fire a UASV missile.
    (4) LOI 4 turns flight control over to the Apache pilot.
h. Air Traffic Controller (ATC) Training Services.

These training services must be ready for training NLT 30 March 2023. Services must be provided within a 10 mile radius of Ft. Rucker, AL, and they must be available M-F, 0600-2000 daily; including an ability to support training surge requirements of ten percent.

PROGRAM DESCRIPTION: The mission of the USAACE at Ft. Rucker, AL is to train and prepare helicopter pilots for combat operations. All USAACE flight school pilot trainees undergo intensive training, consisting of both academic instruction and direct individual skills development on training simulators, at the basic and the advanced training levels.

Currently, simulation services for FSXXI are provided under a competitively awarded, best-value, long-term (19.5 year period of performance (POP)), single award, requirements contract. This contract provides simulation services for TH-67 and UH-72A Training Helicopter Virtual Simulators; UH-60A/L, UH-60M, and CH-47F Advanced Aircraft Virtual Simulators; and UH-60M, AH-64D/E, and CH47F Reconfigurable Collective Training Devices (RCTD). Additionally, it provides a training support/management oversight capability. Each simulator training device is owned, operated and maintained by the contractor. The number, type, functionality, fidelity and availability of the flight simulators meet the needs of student loads, training schedules, and individual/crew and collective training requirements prescribed by the USAACE.

ACQUISITION APPROACH: The current FSXXI contract period of performance ends on 31 March 2023. The various acquisition strategy courses of action (COA) have been identified, and evaluated to determine the best course of action in providing for a seamless continuation of simulation capabilities that will support USAACE's future annual throughput of approximately 3,900 flight students.

As a result of industry feedback to two Requests for Information and One-On-One Sessions, the Government discerned that industry partners believed major modifications or new requirements in the scope of effort would be necessary in order to be competitive. Additionally, industry desired a 20-year POP in order to recoup the large, up front capital investment required to build and house various simulators.

The Government has determined that 12-years for what will be called "FSXXI Next" is the minimum timeline necessary to create the conditions for a competitive follow-on contract that will be awarded in FY2035. At that time, major aircraft requirement changes resulting from the need to develop brand new simulator devices to enable training in the Future Vertical Lift (FVL) aircraft and potential large scale paradigm shifts in virtual training through the advancement and integration of Synthetic Training Environment (STE) will enable greater competition between interested industry partners. The anticipated initial operational capability (IOC) for these programs is anticipated to be around FY2030 which will provide ample time for FSXXI to develop updated requirements in preparation for a full and open competition.

Industry's desire to award a 20-year contract does not align with the FVL and STE IOC scheduled for FY2030, which is why a sole-source 12-year POP would allow time for the integration of FVL and STE, thereby creating the ideal environment for future contract competition.

Based on extensive market research and communications with industry, the Government intends to pursue a 12-year sole-source contract award to the incumbent contractor. This course of action achieves the lowest evaluated Cost Benefit Index, reduces cost, schedule and performance risk to the Government and establishes the environment for a full and open competition, anticipated in FY2035.

NOTICE: This notice is being provided to alert industry of potential subcontracting opportunities. The determination not to compete this proposed contract action is solely within the discretion of the Government. Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and would not hinder the mission. The Government will consider all responses received by 3:00 p.m. Eastern Standard Time, 24 January 2019. Information received will be considered solely for determining whether to revise the acquisition approach. The Government will not be responsible for any costs incurred by responding to this notice. Responses will only be accepted via mail/email to the following addresses:

Contract Specialist: Laura Parsons, E-mail: [email protected], phone: (407) 380-8036.

Contracting Officer: Dunamis Triska, E-mail: [email protected], phone: (407) 208-5862.

Technical POC: Michael Kilcrease, E-mail: [email protected], phone: (334) 255-6748.

A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.

DISCLAIMER: This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products. No funds are available to pay for preparation of responses to this notification.

Bid Protests Not Available

Similar Past Bids

Park Kansas 19 Jul 2019 at 6 PM
Park Kansas 03 Dec 2018 at 3 PM
Location Unknown 07 Sep 2011 at 9 PM
Center Kentucky 21 May 2019 at 6 PM
Fort gordon Georgia 18 Aug 2016 at 11 AM

Similar Opportunities

Fort rucker Alabama 14 Jul 2025 at 8 PM
Fort rucker Alabama 14 Jul 2025 at 8 PM
Fort rucker Alabama 14 Jul 2025 at 8 PM
Mississippi 28 Jul 2025 at 6 PM
Huntsville Alabama 15 Jul 2025 at 9 PM