SOURCES SOUGHT
U -- International Multi-Aircraft Flight Training - Draft Performance Work Statement
- Notice Date
- 10/21/2010
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
- ZIP Code
- 78150-4302
- Solicitation Number
- FA3002-11-R-0001
- Archive Date
- 11/20/2010
- Point of Contact
- Gwen K Mayhue, Phone: 210-652-3816, Ricky L. Harris, Phone: 210-652-8604
- E-Mail Address
-
gwen.mayhue@randolph.af.mil, ricky.harris@randolph.af.mil
(gwen.mayhue@randolph.af.mil, ricky.harris@randolph.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement (PWS) The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable contractors to provide non-personal services Multiple Aircraft Simulator Training requirements to Foreign Military Sales (FMS) students. Place of performance is to be recommended by the offeror(s). This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify potential sources and commercial practices in support of the Government's requirements. The information will be used in conducting market research to locate qualified, experienced and interested potential sources. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. 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 within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Should a future requirement evolve from this preliminary planning process, it is anticipated the period of performance will be a base of one year plus four (4), one (1)-year option periods. It is also anticipated the type of contract will be a Firm Fixed Price IDIQ contract. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512, Flight Training and the small business size standard is $25.5 Million. Description of Services Requirement. (Note: The description herein is a summary of anticipated services and is not intended to be all-inclusive.) Training is required for Multiple Aircraft Pilot Initial and Recurrent and Flight Engineer Training for the following aircrafts: Gulfstream III, Gulfstream IV, Gulfstream V, Gulfstream 550, C-20, C-12, JetStar, Lear Jet 35A, King Air-200, King Air 300, King Air 350, C-26, ERJ-145, WestWind II, T-6, Falcon 20, Bell 206 Helicopter, S-92 Helicopter, S-70 Helicopter, Boeing 707 (simulator only), Boeing 737 (simulator only), Cessna 500, Cessna 205 and MI-17 Helicopter and Flight Engineer. Proposed training will be Contractor, Type I Special Training, procured by the Air Education and Training Command and presented under the auspices of the Security Assistance Training Program. All instruction and technical information shall be in the English language. Contractor shall provide training at the contractor's CONUS location in accordance with (IAW) objectives to provide necessary skills to aircrew personnel to support their flying mission. Training shall be based on standard off-the-shelf commercial configured King Air 200, King Air 350, WestWind II, C-26, G-III, G-IV, G-V, and G-550 aircraft; training for the C-12D will be based upon U.S. Army C-12D aircraft/equipment. Training for the MI-17 Helicopter shall be CONUS based unless specified by individual task orders. Training shall be to the level necessary to allow students a thorough understanding of their specialty so that at the end of their training they can perform all tasks IAW applicable technical data with minimal supervision. Courses shall be identified and presented separately as academics and structured on-the-job training (SOJT). Academic training may consist of lecture, discussion, and/or demonstration. SOJT may consist of laboratory, hands-on, and /or demonstration. Contractor shall provide training derived from approved course documents reflecting the training course content and duration. Course length instruction hours are based on the actual student interface hours with the instructor in the learning environment. Training shall include combinations of formal classroom instruction and necessary performance (hands-on) exercises to provide proficiency. The primary emphasis shall be "hands-on" practical experience allowing students to complete all trained tasks unsupervised and using approved technical data. Student Support Services The Contractor shall provide or arrange suitable housing for the students during CONUS training. Housing shall include two days prior to class start and one day after class ends. Officers shall be quartered separately in single rooms. Two enlisted men usually share one room. Cooking facilities are desirable. Housing shall not be provided for accompanying dependents unless specifically authorized, in writing, by the contracting officer. The Contractor shall also provide transportation to and from the airport and daily transportation between the training facility and the student's quarters. If other transportation is required by the contractor to conduct training (i.e. requirement to attend training in restricted areas where POVs (Privately Owned Vehicles) are not permitted, it shall be the responsibility of the contractor. NOTE: Students are not allowed the use of rental vehicles obtained under, or as part of, this contract. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Gwen Mayhue at gwen.mayhue@randolph.af.mil by 12 Nov 10 @ 1400 CST. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice. Recommendations to maximize the efficiency and effectiveness of the anticipated solicitation and resulting contract, to include effective assessment methods, techniques, and best commercial practices in performance of the requirement as outlined above, are welcome. Please provide your suggestions to include changes to the Performance Work Statement, contract type, contract length, source selection techniques, quality assurance, etc. via email no later than 5 November 2010. Any questions regarding this posting must be submitted by 3 November 2010 in order to allow answers to questions to be publicly posted before the required response date of 5 November 2010. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. If any questions contain proprietary information such information must be identified. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates. Request responses are provided NLT 5 November 2010. No extensions will be granted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-11-R-0001/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02315199-W 20101023/101021234428-0a869d6ceffe657399aa34d35f900950 (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 |