Texas Bids > Bid Detail

Foreign Military Sales MQ-9 Training

Agency:
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159513591915891
Posted Date: Feb 5, 2024
Due Date: Mar 6, 2024
Source: https://sam.gov/opp/c525d00d7b...
Follow
Foreign Military Sales MQ-9 Training
Active
Contract Opportunity
Notice ID
FA3002_FMS_MQ-9_RFI_SourcesSought
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR EDUCATION AND TRAINING COMMAND
Office
FA3002 338 ESS CC
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 05, 2024 01:22 pm CST
  • Original Response Date: Mar 06, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: U006 - EDUCATION/TRAINING- VOCATIONAL/TECHNICAL
  • NAICS Code:
    • 611512 - Flight Training
  • Place of Performance:
    JBSA Randolph , TX
    USA
Description

NOTICE INFORMATION

Title: Foreign Military Sales MQ-9 Training

Sources Sought-Request for Information

Description:

The Department of the Air Force, Air Education and Training Command (AETC) Air Force Security Assistance Training Squadron (AFSAT) is conducting market research to determine whether capable sources are available to perform non-personal training services in support of Foreign Military Sales (FMS) MQ-9 Training. The FMS MQ-9 training support services sought includes management, courseware development and delivery with government purpose rights, remote pilot aircrew training, maintenance training, associated support of the MQ-9A and/or MQ-9B model aircraft, weapon systems, support equipment, software, and possibly assisting the standing-up of initial organizational level maintenance capability. The training support service is anticipated to be required by the United States Government (USG), USG Allies, and other Partner Nations. MQ-9 Training is currently in the planning phase. It is expected to focus predominantly on country-specific MQ-9B variants; however, it may involve country specific MQ-9A training requirements as well. The place of performance is currently unknown and may be international and/or inside and outside of the Continental United States (CONUS and OCONUS). The requirement is projected as an initial undetermined ordering period with a period of performance to start on or about 1 Oct 2025.

This Sources Sought Notice/ Request for Information (RFI) is issued and intended for market research and planning purposes only. The information obtained in response to this RFI will be used to help locate and identify qualified, experienced, interested potential sources, and attain a better understanding of the MQ-9 global footprint. This is not a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used by the Air Force Multi-Functional Team (MFT) to facilitate decision making. Any information provided to the Government is strictly voluntary and must be provided at no cost to the Government. The Government will not reimburse vendors for any capability package preparation nor briefing costs. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512 – Flight Training, Small Business Size Standard is $34M.

Note: The USG is specifically requesting information by vendors regarding their capability to perform training, individually and/or jointly, on both the MQ-9A and the MQ-9B models. Based upon market research, the acquisition approach may be to join or separate MQ-9 training, respective to the A or B model. The Government reserves the right to determine the acquisition approach, to include whether a small business set-aside would be more appropriate based on responses to this notice. The Government also reserves the right to issue a solicitation to any country requested specific source for either MQ-9A or MQ-9B training, as an International Agreement for Competitive Restriction (IACR), pursuant to 10 U.S.C. 3204(e)(4)(E). Additional information or updates regarding this International MQ-9 Training Support Services requirement will be posted on the General Services Administration System for Award Management

(SAM.GOV)

https://sam.gov/content/home website. Interested parties are encouraged to check this website regularly for any changes or updates. Interested parties capable of providing any of the training support services sought are instructed to add their information to the Interested list, add this notice to their Following list, and submit a capability statement in response to this RFI: FMS MQ-9 Training Sources Sought Notice.

In general, MQ-9/9A refer to Air Force Fact Sheet for additional information.

In general, MQ-9B enhanced technology version of the MQ-9A and is a Type 1 Non-Program of Record (NPOR): Previously referred to as “non-standard POR.” Other than country specific requirements, it will be incumbent upon the contractor to acquire the information, equipment, property, and services required to perform training on the MQ-9B unless otherwise stated in this RFI.

The service provider shall be required to function as the contracted equivalent of a Formal Training Unit (FTU): provide MQ-9 aircrew training management; develop and deliver with government purpose rights MQ-9 courseware necessary for training USG, USG Allies, and Partner Nation MQ-9 air ground support, and maintenance crews; provide MQ-9 remote pilot flight and maintenance training, provide MQ-9 remote pilot flight simulator training, provide associated logistical support, and possibly assist in an advisory capacity the stand-up an initial O-Level maintenance capability. MQ-9 Training objectives are to train USG, USG Allies, and Partner Nation air and ground support crew on initial, conversion, and possibly mission qualification on the country-specific MQ-9 configuration. Instruction for MQ-9 aircrew will include academic, simulation, and remote pilot flight training on the MQ-9. The training may include and is not limited to a combination of electronic courseware, classroom academics, aircrew training devices, and remote pilot flight training as described below in the following paragraphs.

1. The service provider shall be required to develop, produce, and deliver, with government purpose rights, new MQ-9 aircrew/maintenance courseware and aircrew/maintenance materials used for instruction of USG and Allied/Partner Nation MQ-9 aircrews. Courseware development requires access to original equipment manufacturer (OEM) technical data and/or/Country Specific Technical Orders (CSTOs). Courseware must be compatible with OEM equipment. Changes in technical data may drive future changes.

2. (CONUS) If available prior to delivery, Partner Nation Air Force (PNAF) equipment may sometimes be utilized. The contractor will have to demonstrate how they will receive, put into service, and ship to country any equipment post training. Responses to this RFI should specifically include contractor approach when PNAF equipment is not available for contractor use.

3 (OCONUS) Country-provided equipment, infrastructure and facilities will be available except common instructional equipment not peculiar to MQ-9 training.

4. CSTOs deemed necessary for course development may be delivered to the USG and may be available as Government Furnished Information (GFI) at the award of a task order under this

possible contract. If your company has any relationships, agreements or partnerships to allow for accessibility of MQ-9 CSTOs outside of government furnished information, please identify in your response.

5. If courseware is available and releasable it will be provided to the contractor. At this time, none has been identified.

As an Air Force training organization, the Government's courseware requirement is to be delivered either as a Special Work for Hire, or a minimum of Government Purpose Rights for each course. Industry is encouraged to identify any alternative approaches in a capability statement and identify any underlying license(s) with an approximate cost savings, per country, for the approach.

The United States Government reserves the right to add additional training courses as required to facilitate USG and Allied/Partner Nation training on the MQ-9 (A or B). Anticipated courses/courseware include the following:

a. Pilot and Sensor Operator Initial Qualification Courses

b. Launch and Recovery Courses (MQ-9A only)

c. Pilot and Sensor Operator Transition Courses (MQ-9A to MQ-9B)

d. Basic Maintenance Courses (Avionics, Airframe & Powerplant, Ground Station)

e. Maintenance Transition Courses (MQ-9A to MQ-9B)

f. MIS/Payload Operator Course

g. Pilot and Sensor Operator Instructor Upgrade Courses

h. Launch and Recovery Instructor Upgrade Courses (MQ-9A)

i. Maintenance Instructor Upgrade Courses

j. Aircraft and Ground Station Field Service Technician Courses

6. All actual remote pilot flight operations must meet the requirements of Defense Contract Management Agency (DCMA) Instruction 8210.1C (AFI 10-220). The Contractor should demonstrate that it can maintain documentation per DCMA Instruction 8210.1C, paragraphs 4.8.5. and 4.8.7. for all aircrew instructors and will provide to the USG documentation requested at any time during the performance of the training support service.

7. Contractor aircrew instructors: Contractor should demonstrate that it has the ability to acquire Instructor Pilots and Instructor Sensor Operators who are previously qualified within three years of currency (last remote pilot flight). Qualified instructors shall have two years of experience as remote pilot flight instructors in either a military or civilian capacity. Aircrew academic and simulator instructors must be fully qualified Instructor Aircrew who have been qualified in MQ-9 operations within four years. Contractor maintenance instructors and MIS/Payload operator instructors shall have at least two years of experience as MQ-9 maintenance or MIS/Payload operator instructors. Anticipated instructor requirements, to be addressed in capabilities, include and are not limited to:

a. MQ-9 Chief Aircrew Instructor (Rated).

b. MQ-9 Instructor Pilot (Rated)

c. MQ-9 Chief Academic/Training Aid/Simulator Instructor

d. MQ-9 Academic / Training Aid/Simulator Instructor

e. MQ-9 Sensor Operator Instructor

f. MIS/Payload Operator Instructor

g. MQ-9 Avionics Maintenance Instructor

h. MQ-9 Airframe and Powerplant Maintenance Instructor

i. MQ-9 Ground Station Maintenance Instructor

j. MQ-9 Field Service Technician Instructor

k. Ground Station Field Service Instructor

l. Launch and Recovery Instructors (Pilot/Sensor Operator) (MQ-9A only)

8. Interested parties capable of providing any of the training support service sought should submit a capability statement to include specific technical background information describing their organization's experience and expertise in FMS aircrew training services requiring similar management/courseware development/remote pilot flight training/logistical efforts. At a minimum the following information is requested:

Note 1: Response preference is requested for MQ-9 and other unmanned rated piloted vehicles, however, utilize other weapon systems if experienced. Please indicate variant of MQ-9 and governmental entity supported (if able).

Note 2: (OCONUS) Training will be incumbent upon the contractor to secure any required country specific approvals to live and/or work in the partner nation.

Note 3: Instructors are to be qualified on a base model of the MQ-9 of the country requesting training. Differences of partner nation specific aspects shall be provided for courseware development and instructor familiarity. Delta currencies of instructors will be incumbent upon/required of the offeror.

Note 4: (CONUS) All infrastructure and facilities for CONUS training will be provided by the offeror and will not be facilitated by or furnished by the government.

Industry Survey Questions

(1) Company name, address, point of contact, telephone number, e-mail address, Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) Number, and SAM Unique Entity ID;

(2) Approximate annual gross revenue;

(3) Business size (Other than Small Business or Small Business).

(4) If you indicated your business size as “small business”, if applicable, specify small business socioeconomic program status – [Small Disadvantaged Business (SDB), 8(a)-certified small disadvantaged business, historically underutilized business zone (HUBZone) small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), woman-owned small business (WOSB)];

(5) Describe the role your company will play in the performance of the MQ-9 Training service sought (Prime Contractor, Subcontractor, Other: please explain);

(6) If you indicated your company’s role as "Prime Contractor" please provide information demonstrating the capability to mobilize and manage internationally, and finance the support service sought;

(7) If you indicated your company’s role as "Prime Contractor", specify the functions for which you plan to use subcontractors to include estimated small business subcontracting goals and rationale.

(8) If you indicated your company’s role as "Subcontractor", please indicate which functional areas you intend to cover;

(9) Specify whether your company primarily conducts business in the commercial or Government sector;

(10) Provide information on any commercial or Government sector MQ-9 services your organization has performed that are similar to the MQ-9 Training service sought, use attachment 1. MQ-9 RFI Data;

(11) Identify which NAICS code(s) your company usually performs;

(12) Describe your company’s expertise/experience in maintaining documentation per DCMA Instruction 8210.1C for all aircrew instructors and how it is provided to the USG;

(13) Describe your company’s capability to provide expertise in MQ-9 courseware development, production and ability to deliver such courseware with Government Purpose rights or describe an alternative approach which identifies any cost savings along with any required underlying license(s).

(14) Provide a plan to develop MQ-9 Aircrew Training Academic Courseware. Note: Benchmark timelines for courseware development are critically important to training mobilization.

(15) Describe your company’s capability to provide MQ-9 remote pilot flight simulation training that replicates MQ-9 remote pilot flight characteristics and capabilities using your organization’s training device.

(16) Provide a plan to recruit and employ Classified Secret-eligible, trained and qualified MQ-9 variant instructor pilot. Employees shall be within three years of currency (last remote pilot flight) to qualify for positions as MQ-9 aircrew remote pilot flight instructors, and within four years remote pilot flight currency for academic and simulator instructors. [Note: There may be restrictions on mobilization locations of instructors that currently hold an Armed Forces Commission and/or under a current enlistment in any branch of service]

(17) Provide a plan to recruit and employ Classified Secret-eligible, trained, and qualified support personnel, to include but not limited to, Schedulers, MQ-9 Brief/Debrief System operators, Drivers, Lesson Management System administrators, Aircrew Records Management System administrators. [Note: There may be restrictions on mobilization locations of instructors that currently hold an Armed Forces Commission and/or under a current enlistment in any branch of service]

(18) Explain your organization’s understanding of export control laws (third party transfer/technical assistance agreements), the business acumen, etiquette, culture, practices of conducting business internationally. Elaborate on the trade regulations, customs, standards, agreements, labor laws, Visa requirements, transportation, lodging, tariffs (value-added tax) and other unique circumstances affecting a service provider’s ability to perform the support services sought in internationally.

(19) Describe your company’s expertise/experience in mobilizing personnel to foreign nations for short (2-4 Months), moderate (4-8 months), and extended periods (8-12 months) of time with minimal to no assistance of the USG.

(20) Provide capability to support an undetermined minimum ordering period and with performance starting 1 Oct 2025.

(21) Provide recommended type of contract and rationale.

(22) Provide the minimum period of performance your company is able to support in the event a requirement or funding is limited, and services are purchased for a shorter period of performance (For example: the contract only provides funding for six months of service).

(23) Provide confirmation whether your company can provide all services or any service. Provide rationale for capability to provide all required services or capability to provide any service identified.

(24) Provide a list of assumptions with descriptions regarding your company’s submission.

(25) Provide information for person(s) participating in the virtual industry day. [NOTE: Based upon the information provided in this sources sought and participation of industry day the government may elect to conduct a site visit to all, few or none of the information offerors]

Please limit the capability statement to no more than 25 single-sided, type-written pages using font size 12. Extravagant formatting is not required nor desired. Paragraph numbering to coincide with the above requested information is preferred.

Any questions regarding this posting must be submitted via email as soon as possible but no later than noon CST on 14 Feb 2024 in order to allow answers to questions to be publicly posted before the response date. Questions containing proprietary information must be identified to prevent release to the public via posting on the General Services Administration System for Award Management (SAM.GOV) https://sam.gov/content/home website Please do not call the contracting office for information; email questions to avoid any misunderstanding or confusion and help eliminate duplicate questions.

The primary point of contact for this RFI is Daniel Nevins. Contact with other Government personnel regarding this RFI is not permitted. If your organization is capable of providing the training support service described above, please electronically submit the requested information by the specified due dates to Daniel Nevins via email: daniel.nevins.2@us.af.mil (Courtesy copy Gerardo Martinez via email: gerardo.martinez@us.af.mil and Frederick Collier via email: frederick.collier@us.af.mil).

Information requested due dates and timeline:

Industry Questions for AFSAT NLT: 14 February 2024

AFSAT Response to questions NLT: 21 February 2024

Capability Statements: 6 March 2024

Attachments:

1. MQ-9 RFI Data Attachments.xlsx


Attachments/Links
Contact Information
Contracting Office Address
  • CP 210-652-6903 2021 FIRST STREET WEST BLDG 853
  • JBSA RANDOLPH , TX 78150-4300
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 05, 2024 01:22 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >