Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
MODIFICATION

U -- Recurrency training for BF-5 pilots

Notice Date
3/21/2012
 
Notice Type
Modification/Amendment
 
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
FA3002-12-X-DBFPilots
 
Point of Contact
Suzanne Davenport, Phone: 2106522425
 
E-Mail Address
suzanne.davenport.1@us.af.mil
(suzanne.davenport.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the Rough Order of Magnitude (ROM) and availability of capable contractors to provide non-personal services in support of the Botswana Defense Force (BDF) to provide recurrency training for eight (8) BF-5 pilots. Please advise of your capability to train in either a CONUS or OCONUS location. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the Government's requirements. Contact with Government personnel, other than those specified in the 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 this agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. It is anticipated the type of contract will be a Firm Fixed Price contract. For purposes of the RFI, the North American Industry Classification System (NAICS) Code is 611512, Flight Training and the small business size standard is $25.5 Million. Requirement. (Note: The description herein is a summary of anticipated services and is not intended to be all-inclusive.) Training will be recurrency training entailing day and night operations for eight (8) BDF BF-5 pilots. The BDF BF-5 aircraft were originally purchased from Canada and are a mix of dual trainers (D-model) and single aircraft (A-model). The single seat model is employed as a multi role aircraft (air to ground and air to air roles). Current avionics package includes: - Heads Up Display (HUD) comprising of weapons aiming system and basic primary flight data - Rear Cockpit Monitor/Repeater (for dual seat version) - Embedded INS, GPS (EGI), DME, VOR/ILS and ADF navigational systems - Digital Data Bus (MIL-Standard 1553 Digital Data Bus) - Hands on Throttle and Stick (HOTAS) - Digital Air Data Computer - Communications system; IFF Transponder, UHF and VHF radios and control panel, AVTR and control panels and intercom for dual seat aircraft - Other instruments such as engine instruments are standard analog dial gauges. If your firm is capable of providing the requirements described above, please provide a Capability Statement and ROM to Suzanne Davenport @ suzanne.davenport.1@us.af.mil no later than 4 April 2012 @ 1400 CST. Please do not call the contracting office for information; email any qustions to avoid any misunderstanding or confusion. 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. 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, woman-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 rational. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-12-X-DBFPilots/listing.html)
 
Record
SN02701926-W 20120323/120321234911-1fc468140ff5c20fbde7c3cd2cabccd7 (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 |
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.