SOURCES SOUGHT
U -- PACAF Air Crew Training - Draft PWS
- Notice Date
- 11/30/2012
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, bldg. 1201, JBPHH, Hawaii, 96853-5230, United States
- ZIP Code
- 96853-5230
- Solicitation Number
- PACAF-Air_Crew_Training
- Point of Contact
- Bryan Ewing, Phone: 808-448-2954
- E-Mail Address
-
bryan.ewing@us.af.mil
(bryan.ewing@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS This is a Sources Sought announcement seeking responses from all business concerns; to include Large Business, 8(a), HUBZONE, Women-Owned Small Business, Veteran Owned Small Business, Small Disadvantaged Owned Business, Service Disabled Veteran Owned Small Business, and Economically Disadvantaged Women-Owned Small Business. The Government is interested in all available business sources. The Government is also looking for comments on the Draft Performance Work Statement (PWS). FIRMS CHOOSING TO RESPOND TO THIS ARE CAUTIONED THAT THIS IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND NOT A REQUEST FOR PROPOSAL (RFP). The Headquarters (HQ) Pacific Air Forces (PACAF) is seeking potential sources to support CAF Pilot Instructional Support Services and obtain comments from interested parties in order to clarify the content of the attachment. HQ PACAF requires support for Distribution Mission Operations (DMO) Flight Simulation CAF Pilot Instructor Services for the following initial locations and MDSs: •1) Joint Base Elmendorf, Alaska (F-22, E-3 AWACS training devices) •2) Kadena Air Base, Japan (F-15C, E-3 AWACS training devices) •3) Misawa Air Base, Japan (F-16CJ training devices) •4) Osan Air Base, Republic of Korea, (A-10 training devices) •5) Kunsan Air Base, Republic of Korea (F-16 training devices) •6) Joint Base Pearl Harbor, Hawaii (F-22 training devices) The purpose of this contract is to provide Instructor pilots to train current ready and non-ready crews in United States Air Force (USAF) units in PACAF as it relates to DMO training. The training will allow our fighter pilots to maintain and make improvements using Government furnished virtual devices throughout PACAF. At all locations, the contractor will provide all personnel, supervision and program management/oversight to perform the following core tasks: (1) training on devices furnished by the Government and shall initially include DMO Mission Training Centers (MTC) for the F-15C, F16CJ, F-22, A-10, and E-3 AWACS; (2) scenario development as requested by the Government to support local training objectives; (3) academic support; and (4) security management. The services to be performed shall include personnel with the appropriate certificates and qualifications to instruct pilots on a weapons platform training device. There are certain qualification requirements that must be met or requires a waiver to be granted, to include but not limited to, current flight experience with a specific amount of hours clocked on specific weapon systems. All positions require at a minimum of Secret Security Clearance. See attached Draft PWS for further requirements clarification. See Appendix 1 of the Draft PWS for annual workload estimates. Workload estimates are continuously evaluated and are subject to change. Businesses having the capabilities to perform this requirement are invited to submit the following: 1) Company Information: Name, address, telephone number, point of contact names, email addresses, CAGE code, and small business status (e.g. 8(a), HUBZone, etc.) 2) Description of capabilities as they relate to the above requirements and your firms ability to provide highly trained pilot instructors at each location. The primary areas of interest are: (1) ability of your firm maintaining training for the highly qualified pilot instructors, (2) describe manning capability to each location (Identify if you are able to provide the services at all locations. If not, please describe what location(s) and how your firm is able to support this requirement.), and (3) describe innovative efficiencies that are available to Industry and/or your firm that are relevant to this requirement. Please provide clear and concise information articulating performance capabilities. 3) Major Risks: Identify any major performance, schedule, or cost risks anticipated. Discuss options to mitigate those risks. 4) If a small business under the identified size standard, please indicate the approximate percentage of the requirement your firm is able to perform. If a large business, please identify an approximate percentage, if any, for small business subcontracting opportunities. 5) Please provide any comments to the attached Draft PWS. The Government requests that industry carefully review the attachment and offer comments or suggestions, with specific references to the attachments (section, paragraph number, page number). Comments submitted that do not cite specific references to the drafted material may not be considered. Any changes to the Draft PWS will be at the discretion of the Contracting Officer. No telephone discussions of the material will be conducted and faxed comment/material is not desired. 6) Assuming there is a solicitation issued and after reviewing the Draft PWS, please provide comments on your firm's need to do a site visit to one or more locations to provide an adequate proposal. 7) The information should be sent electronically to 647 Contracting Squadron, ATTN: Captain Brian Ewing, USAF, Contracting Officer, email: bryan.ewing@us.af.mil, responses should be provided NLT 07 Dec 2012, 4:00 PM HST. The Draft PWS is attached and addresses all currently known requirements. The Draft PWS's currently known requirements are subject to change prior to issue of a solicitation, if one is issued. This announcement is for the purpose of market research to determine the adequacy of eligible business sources prior to determining the acquisition strategy and issuance of a RFP. The Government is not obligated to and will not pay for any information received from any sources responding to this Notice and will not provide any feedback or carry on discussions with non-federal government activities regarding the information provided in response to this Notice. Responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to this will not be returned. Not responding to this does not preclude participation in any future solicitation, if one is issued. The North American Industry Classification System (NAICS) code to be used for this procurement is 611512, Educational Services, Flight Training, size standard $25.5M. This requirement is a potential follow-on to Contract #FA5215-06-D-0005, currently being performed by The Boeing Company. Currently, there is no timeframe for potential RFP release. Approximate start date, assuming a contract is issued, would be 01 October 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/PACAF-Air_Crew_Training/listing.html)
- Place of Performance
- Address: Joint Base Pearl Harbor, Hawaii; Joint Base Elmendorf, Alaska; Misawa Air Base, Japan; Kadena Air Base, Japan; Osan Air Base, Republic of Korea; and Kunsan Air Base, Republic of Korea. Acceptance will be performed by the Government., United States
- Record
- SN02939858-W 20121202/121130234018-c60df29b87f11d0624f58a3137942deb (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 |