Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOURCES SOUGHT

U -- Saudi AWACS Radar Maintenance Technician Instructors to conduc On-the-Job training

Notice Date
5/21/2012
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
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-Saudi-AWACS-OJT
 
Archive Date
6/19/2012
 
Point of Contact
Teresa L. Yancey, Phone: 210-652-3672, Kerry A. Kelly, Phone: 210-652-5513
 
E-Mail Address
teresa.yancey@us.af.mil, kerry.kelly.2@us.af.mil
(teresa.yancey@us.af.mil, kerry.kelly.2@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 availability of capable contractors to provide non-personal services in support of the Royal Saudi Air Force (RSAF) to provide qualified E-3 Airborne Warning and Command System (AWACS) Radar Maintenance Technician Instructors to conduct On-the-Job training for initial skills radar maintenance technicians in the Kingdom of Saudi Arabia at Prince Sultan Air Base. 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 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 one year. It is also anticipated the type of contract will be a Firm Fixed Price contract. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611519, Other Technical and Trade Schools and the small business size standard is $7 Million. Description of Services Requirement. (Note: The description herein is a summary of anticipated services and is not intended to be all-inclusive.) Instructors shall be qualified to operate, maintain, and instruct maintenance practices and troubleshooting on the E-3 AWACS radar system(s). Instructors must have held a United States Air Force 7-level qualification as an E-3 Airborne Warning and Control systems (AWACS) radar technician, AFSC 2A573D or similar civilian/commercial depot-maintenance or OEM employment experience and qualifications. Instructors should be a graduate of a military or civilian academic instructor course such as the USAF Academic Instructor Course, or possess documented instructional or education experience, with experience instructing in an operational flightline environment. Instructor must be able to work on the flightline at Prince Sultan Air Base in the Kingdom of Saudi Arabia. Instructor must be able to provide direct supervision/instruction of Initial Skills to upgrading RSAF Radar Maintenance Technicians, assist in the continuing upgrades of experienced RSAF personnel, and evaluate maintenance operational procedures. Interpreting, applying and instructing mechanical, wiring, and electronic circuit diagrams; electronic, micro-processor, data bus, and mechanical principles theory and application; theory of flight; gyros, synchros, indicators, memory storage devices, antennas, servomechanisms, electromechanical, electro-hydraulic, and electro-optical devices; radar, radio frequency communication, surveillance radar and interrogator systems, pulse Doppler radar theory, video display, and digital computer systems working principles; subsystem tie-in between integrated avionics systems; using and interpreting testing and measuring devices; principles of motion and power transmission by fluid, mechanical and electrical means; and concepts and application of maintenance directives. Able to assist RSAF maintenance technicians, provide advice and guidance to maintenance organization leadership, and give instruction to upgrading RSAF personnel on: Fault detection and isolation, maintenance, and modification of surveillance radar and interrogation systems. Identify maintenance problem areas and recommend corrective action. Perform production functions and coordinate maintenance plans to meet operational commitments including reviewing maintenance data collection summaries to determine trends and production effectiveness. Assist RSAF personnel to modify equipment according to time compliance technical orders and other directives, check components for technical order compliance and verify equipment performance and modifications. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Teresa Yancey @ teresa.yancey@us.af.mil and Kerry Kelly @ kerry.kelly.2@us.af.mil by 4 Jun 12 @ 1400 CST. Please do not call the contracting office for information; email any questions 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, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-Saudi-AWACS-OJT/listing.html)
 
Place of Performance
Address: Prince Sultan Airbase in the Kingdom of Saudi Arabia, Saudi Arabia
 
Record
SN02753681-W 20120523/120521235520-1146ebfaa05f31ea4bc1bfaf5c2a3293 (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.