Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2025 SAM #8474
SPECIAL NOTICE

U -- Notice Type: Notice of Contract Action � 747-400 Simulator Training � PAN AM INTERNATIONAL FLIGHT ACADEMY, INC.

Notice Date
2/6/2025 3:16:33 PM
 
Notice Type
Special Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
PZZGARC117
 
Response Due
2/9/2024 8:00:00 AM
 
Archive Date
02/09/2025
 
Point of Contact
Adam R. Confer, Karla Vazquez
 
E-Mail Address
adam.confer.2@us.af.mil, karla_lizette.vazquez_montes@us.af.mil
(adam.confer.2@us.af.mil, karla_lizette.vazquez_montes@us.af.mil)
 
Description
Notice Type: Notice of Contract Action � 747-400 Simulator Training � PAN AM INTERNATIONAL FLIGHT ACADEMY, INC. Justification, Statutory Authority: FAR 13.106-1(b)(1) � 41 USC 1901- Only one responsible source and no other supplies or services will satisfy agency requirements. Contract Award Date: TBD Contract Award Number: TBD Synopsis: The United States Air Force Test Center/Directorate of Contracting (AFTC/PZZG), Edwards AFB, CA intends to issue a sole source contract to PAN AM INTERNATIONAL FLIGHT ACADEMY, INC 5000 NW 36TH ST Miami, Florida 33166-2763, United States. This is expected to result in a Firm Fired Price Contract for acquisition of their 747-400 Simulator Training. The contract will be executed by means of other than full and open competition, due to PAN AM as they are the sole source capable for the needed equipment. This makes them the only vendor capable of providing the needed training. The authority permitting other than full and open competition is FAR 13.106-1(b)(1) � 41 USC 1901- Only one responsible source and no other supplies or services will satisfy agency requirements. Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency's requirements. This requirement is being procured via a sole source acquisition In accordance with FAR 13.106-1(b)(1). The requested item is a sole source acquisition to the manufacturer to PAN AM INTERNATIONAL FLIGHT ACADEMY, INC. (A) Type training is required in the March 2025 time frame due to late-breaking developmental flight test needs . It is critical that training is completed in this timeframe to avoid program slippage of 3 different flight test programs. The pilots attending the training are required to conduct duties supporting the SAOC test program in July, and are supporting C-17 test efforts in May/June. Type training must be completed prior to SAOC test program start. (B) The reputation of Pan Am is well known, and the technical adequacy of the training has been recently evaluated by contract pilots also flying the SAOC program. Given its lowest overall cost for type training, best schedule fit, and known technical rigor, single source selection is requested for this one-time training. The Government requests that initial feedback, comments and questions be submitted no later than 2 (two) calendar days from the date of this notice posted to www.beta.SAM.gov. In accordance with leeway permitted by FAR 13.501(a)(iii), all responsible sources may submit a capability statement, which shall be considered by the agency. Please submit all questions, comments and feedback regarding this requirement via e-mail to the following Points of Contact: Mr. Adam R. Confer, Contracting Officer, Phone: 661-277-3932, Email: Adam.Confer.2@us.af.mil Ms. Karla Vazquez, Contract Specialist, Phone: 661-275-2540, Email: karla_lizette.vazquez_montes@us.af.mil No telephone responses will be accepted. Any information submitted by respondents to this Notice of Contract Action is strictly voluntary. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such, and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this Notice of Contract Action constitutes consent for that submission to be reviewed by Government personnel. The Air Force Test Center has appointed an Ombudsman to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101 � Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFTC Ombudsman contact information is as follows: Air Force Test Center Vice Commander 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784. Phone Number (661) 277-2810, Facsimile Number (661) 277-7593, Email: aftc.workflow@us.af.mil. DISCLAIMER AND NOTICE: This is a courtesy Notice of Contract Action only and does not constitute a commitment, implied or otherwise, that AFTC/PZZG, will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This courtesy Notice of Contract Action only shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d17c6c6740c24a87ac7ec4d942509468/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07334641-F 20250208/250206230027 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.