SOURCES SOUGHT
U -- MQ-1 & MQ-9 Contract Aircrew Training (CAT) & Courseware Development (CWD) - Attachment 1 Small Business Questionnaire - Attachment 3 - Draft PWS - Attachment 2 Commercial Item Status - Attachment 4 - Draft DD 254
- Notice Date
- 8/7/2012
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-13-R-0001
- Point of Contact
- Imelda A Reantaso, Phone: 757-225-5797, Cindy Alexander, Phone: 757-225-3165
- E-Mail Address
-
imelda.reantaso@langley.af.mil, cindy.alexander@langley.af.mil
(imelda.reantaso@langley.af.mil, cindy.alexander@langley.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 4 - Draft DD 254, DoD Contract Security Classification Specification. Attachment 2 - Market Research, Determination of Commercial Item Status Attachment 3 - Draft Performance Work Statement, dtd 3 Aug 2012. Attachment 1 - Market Research, Questionnaire for Small Business Concerns SOURCES SOUGHT NOTICE THIS SOURCES SOUGHT NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT CLOSES 7 SEP 2012. Air Combat Command, Acquisition Management Integration Center (ACC AMIC), Langley AFB VA is currently developing the acquisition strategy and seeking industry input from all sources to determine if the contract for MQ-1/MQ-9 Contract Aircrew Training and Courseware Development (CAT/CWD), here after known as the MQ-1/MQ-9 CAT/CWD contract, should remain a total small business set-aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19. Interested Small Business concerns are highly encouraged to respond to this request. The applicable North American Industry Classification System (NAICS) for this requirement is 611512 with a size standard of $25.5M. Interested parties must be registered in the Central Contractor Registration (CCR) under NAICS 611512. Note: Offerors responding to this notice as a small business concern must be certified and qualified as a small business under NAICS 611512, registered in CCR under NAICS 611512, and certified in Online Representations and Certifications Applications (ORCA) as small business. The MQ-1/MQ-9 CAT/CWD requirement includes an Instrument Refresher Course (IRC) for personnel in support of operations, as required, at Creech Air Force Base (AFB), NV; Holloman AFB, NM; March Air Reserve Base (ARB), CA; and Hancock Air National Guard Base (ANGB), NY; as well as other locations that may be required in the future. Distributed Mission Operations (DMO) Training at MQ-1/MQ-9 bases may be added to the requirement at a later date. The period of performance will cover a two-month phase-in period, one base-year period, and four (4) one-year option periods, for a total of 5 years, 2 months. The Government expects to make award on or about 1 Jul 2013, with the two-month phase-in period starting 1 Aug 13 and ending 30 Sep 2013. Actual performance will start on 1 Oct 2013. This acquisition will be issued as a Request for Proposal (RFP) on or about 8 Nov 2012. Please note this is an estimated posting time and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website (FedBizOpps) for all subsequent postings. A draft Performance Work Statement (PWS) and draft DD 254, DoD Contract Security Classification Specification, is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. A determination regarding the set aside status for this effort has not been made. This is not a formal RFP, and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. Interested small business concerns should submit a capabilities package (please limit to no more than 10 pages) outlining their key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1 to this notice. All companies are encouraged to respond and submit the requested information to this office by 12:00 p.m. Eastern Daylight Time (EDT) on 7 Sep 2012. The Government is also seeking Industry input to determine whether or not this requirement should be procured as a Commercial Service versus a Non-Commercial service. Request all potential offerors complete Attachment 2 and return with their response(s). The information acquired will be used to determine whether the requirement should remain a Commercial acquisition. Please provide all responses/packages via email to Ms. Imelda Reantaso, ACC AMIC/PKB, (757) 225-5797, imelda.reantaso@langley.af.mil. The Government plans to consider all information submitted in response to this sources sought notice. Hard copies of documents posted on FedBizOpps will not be made available. The Government will provide an email confirmation of receipt of information. If you have difficulty in emailing your response and/or an email confirmation of receipt is not received, then you are encouraged to contact Ms. Imelda Reantaso. Please include the following information about your organization in your response: Name of Organization Address Telephone Number Point(s) of Contact E-Mail Addresses Size of Business: ________Small________Large Status of Business: SBA 8 (a) Business Development Program Concern: _________ Historically Underutilized Business (HUB) Zone Concern: _________ Small Disadvantaged Business Concern: _________ Veteran-Owned Small Business Concern: _________ Service-Disabled Veteran-Owned Small Business Concern: _________ Women-Owned Business Concern: ___________ Economically Disadvantaged Women-Owned Small Business Concern: __________ The ACC AMIC/PKB points of contact for the subject requirement are Ms. Imelda Reantaso, Senior Contract Manager, (757) 225-5797, and Capt Cindy Alexander, Branch Chief, (757) 225-3165.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-13-R-0001/listing.html)
- Place of Performance
- Address: See Sources Sought Notice, United States
- Record
- SN02829636-W 20120809/120808000227-40170fbeee2a283a15272e8885ce6b01 (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 |