SOURCES SOUGHT
R -- All Other Professional, Scientific, and Technical Services
- Notice Date
- 12/19/2005
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
- ZIP Code
- 08641
- Solicitation Number
- Reference-Number-AMWCECSFY2006
- Response Due
- 12/29/2005
- Archive Date
- 1/13/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The Air Mobility Warfare Center (AMWC) Expeditionary Combat Support (ECS) Readiness Office located at Fort Dix, New Jersey is seeking sources for a requirement to develop, facilitate, instruct and maintain three ECS courses and curriculum geared at training Captains through Colonels. Each course would focus on different requirements. The contractor shall follow the Instructional System Development (ISD) principles specified in AFPD 36-22, AFI 36-2211, AFMAN 36-2234, AFMAN 36-2235, AFMAN 36-2201, AMWC OI 36-108, and AMWC OI 36-110 to the greatest extent possible in course and curriculum development. The contractor shall review current training arrangements with other Services involving ECS capabilities and proposing intra-Air Force or inter-Service options with scheduling procedures meeting AEF rotation timelines. The three courses sought are as follows: The Advanced Logistics Readiness Officer?s Course (ALROC) is patterned after the USAF Weapons School. It will be a master?s level course used to create highly skilled Logistic Readiness Officers grounded in Agile Combat Support. ALROC shall be held three times annually with a class length of 75-90 days. The size of class would be between 12 to 16 students with the ranks of Captain and Major. The contractor shall provide instructors to mentor students, provide guidance on research papers, grade exams, presentations and exercises, and provide feedback. Course and curriculum should be geared to allow students to provide briefings, participate in scenario driven exercises, take exams, complete a research paper and take professional development TDYs that shall last no longer than five days in length. Instructors may escort students on TDYs during the course. The Expeditionary Combat Support Executive Warrior Course (E2WC) is geared as a seminar-style course to provide training to senior combat support officers for theater-level USAF responsibilities. E2WC shall be held four times annually with a class length of five days. The size of the class would be between 18 to 24 students in the ranks of select Lieutenant Colonels to Colonels. The contractor shall provide Instructors (mentors) to facilitate case studies and laptop exercises. The contractor shall provide a Course Director to facilitate the course. Lessons learned from current and historical operations would be incorporated in the exercises. The contractor shall provide subject matter experts to cover most instructional topics. Students shall listen to the seminar-style lecture and then work through case studies and tabletop exercises. The Expeditionary Mission Support Group Commander Course (EMSG) shall be focused on doctrine base planning and bed-down, base operating support and reach-back. EMSG shall be held four times annually with a class length of five days. The size of the class would be 18 students in the rank of Colonel. The contractor shall provide Instructors (mentors) to facilitate case studies and laptop exercises. The contractor shall also provide a Course Director to facilitate the course and subject matter experts to cover most instructional topics. Lessons learned from current and historical operations will be incorporated in the exercises. Students shall listen to the seminar-style lecture and then work through case studies and tabletop exercises. This requirement will need a skilled professional(s) to work on-site as a Functional System Administrator (FSA). This person(s) will need to be very knowledgeable in a wide range of computer related operations. This person(s) will be required to perform general duties of FSA, Workgroup Management and alternate ADPE manager. Systems supported include Pentium IV laptop computers, Pentium III/IV laptop computers, Pentium IV desktops systems, Protocol Routing Network (SPIRNET) and up to 2 single or multi-CPU servers configured with Windows Server software. The FSA shall perform installation and configuration of software applications required by the ECS course curriculum as necessary. This Request For Information (RFI) may be followed by a Request For Proposal (RFP) to develop, facilitate, instruct, and maintain this program for a base year with four-one year option periods. All responsible offerors are strongly encouraged to submit information supporting this request. NOTICE TO FOREIGN OFFERORS: Foreign or foreign- owned offerors are advised that their participation is subject to foreign disclosure review procedures and restrictions that could preclude their participation in this announcement. SUBMISSIONS: Contractor capability information may be submitted until 4:00 P.M. EST 29 December 2005. Electronic responses shall be submitted in MS Word Format. Please e-mail your questions to mark.johnson7@mcguire.af.mil Electronic submissions are strongly encouraged. The purpose of this RFI is to obtain information or capabilities for planning purposes as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Offerors are advised that only Air Force Contracting Officers are legally authorized to commit the Government to the obligation of funds. Offerors are solely responsible for all expenses associated with responding to this RFI. For copyright purposes, offerors are also advised that submitting a proposal implies express permission to the Government to use data, pictures, and other information contained in the submittals. Questions related to this RFI can be e-mail to TSgt Mark Johnson at the e-mail address listed above. Commercial phone number is (609) 754-4730. In the event that you are unable to contact TSgt Johnson, please contact Mrs. Roseclair Thompson at roseclair.thompson@mcguire.af.mil or call (609) 754-5927.
- Place of Performance
- Address: 305th Contracting Squadron, 2402 Vandenberg Ave, McGuire AFB, NJ 08641
- Zip Code: 08641
- Country: United States
- Zip Code: 08641
- Record
- SN00954752-W 20051221/051219212119 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |