SOURCES SOUGHT
69 -- C-17 Aircrew Training System (ATS) Sustainment
- Notice Date
- 1/5/2011
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 2300 D Street, Wright-Patterson AFB, Ohio, 45433, United States
- ZIP Code
- 45433
- Solicitation Number
- SimC-17(2011-1)
- Archive Date
- 2/3/2011
- Point of Contact
- Julia Taylor, Phone: 937-255-4393, Brittany M. Carter, Phone: 937-656-7148
- E-Mail Address
-
julia.taylor@wpafb.af.mil, brittany.carter@wpafb.af.mil
(julia.taylor@wpafb.af.mil, brittany.carter@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT C-17 Aircrew Training System (ATS) Sustainment CAUTION : This market survey is being conducted to identify potential sources that may possess the expertise, capabilities and experience to meet the requirements to sustain and provide instruction for the C-17 Aircrew Training System (ATS) for up to one year. The level of security clearance is secret. Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with participation in this survey. INSTRUCTIONS : 1. Below is a short description of the C-17 ATS Sustainment requirement, a request for your business information, and a Contractor Capability Survey which allows you to provide your company's capabilities. 2. If you desire to participate in this research, you should provide documentation that supports your company's capabilities in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. 3. Questions relative to this survey should be addressed to Julia Taylor at (937) 255-4393. PURPOSE/DESCRIPTION : The requirements for this market research are for the contractor to provide the logistics support activities (e.g., manpower, spares, etc.) necessary to manage, maintain, and support the C-17 ATS (e.g., Aircrew Training Devices, courseware, software, firmware, spares, etc.) to ensure the operational performance of the ATS and provide transition support, on a non-interference basis, to the successor contractor during a 60-day transition period. Types of system components include training devices and equipment, major support equipment, training media (hands-on and academic) and instruction. Examples of major system components are Air Vehicle System, Loadmaster Station, Cockpit Systems Simulators, Cargo Compartment Trainer, Cargo Load Model, Computer-Aided Instruction, and Reconfigurable Desktop Simulator. The C-17 ATS is comprised of operation and sustainment and transition support. Transition Support: Contractor shall participate in the Transition Integrated Product Team (IPT) as required by the co-IPT leads (the Government and the successor contractor). This shall include, at a minimum, assisting the Air Force in the inventory of all government-owned C-17 ATS assets, supporting the successor contractor in the development of a transition plan, and provide support, on a non-interference basis, to the successor contractor during a 60-day transition period. Locations: Eight USAF bases, one AF Reserve Base (AFRB) and one Air National Guard Base (ANGB), specifically Altus, Charleston, Dover, Elmendorf, Hickam, McChord, McGuire, Travis AFBs, March AFRB Jackson ANGB. Data Available: All program data can be made available with the exception of 75% of Flight Safety commercial common items to include the electronic control loading and motion system. Period of Performance: This period of performance will be broken into four quarterly options. These options are being included as an "insurance policy" and will only be exercised in the event of a delay in the start of the new C-17 Training System (TS) sustainment contract. There is no major hardware buy associated with this procurement. Contractor must immediately begin performance 1 April 2011 at the level of quality required without a break in service. CONTRACTOR CAPABILITY SURVEY PART I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners. • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • DUNS Number: • Phone Number: • E-mail address: • Web page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code 336413: Based on the above NAICS Code, state whether your company is:  Small Business (Yes / No)  Woman Owned Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran Owned Small Business (Yes / No)  Service Disabled Small Business (Yes / No) • Central Contractor Registration (CCR): (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions Describe your past experience for performing operation and sustainment of the ATS and transition support: • Program name • Government or contractor POC • Detailed description of service/capability provided • Cost of past efforts and estimate for this one • Risks envisioned with this effort Written responses, no facsimiles or e-mails please, must be received no later than close of business, Wednesday, 19 January 2011. Please mail two (2) copies of your response to: ASC/WNSPA, Simulator Division Attn: Julia Taylor 2300 D Street Wright-Patterson AFB OH 45433
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSGYASK/SimC-17(2011-1)/listing.html)
- Record
- SN02354784-W 20110107/110105234121-c536bb1ae408944c3e4be2b453263bd2 (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 |