Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2012 FBO #4036
SOURCES SOUGHT

U -- Weapon System Support Contract (WSSC)

Notice Date
12/10/2012
 
Notice Type
Sources Sought
 
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
WSSC
 
Archive Date
1/25/2013
 
Point of Contact
Kevin C. Walker, Phone: 2106527871
 
E-Mail Address
kevin.walker.3@us.af.mil
(kevin.walker.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a RFI in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award. Introduction: This is not a solicitation for proposals and no contract will be awarded from this request for information. The Air Force is conducting market research for Weapon System Support Contract (WSSC) informational purposes to be used for preliminary planning to gain knowledge of capabilities, and qualifications from interested sources and small businesses who have the resources to perform the anticipated work requirements. All prospective offerors shall indicate their size standard (large business, 8a, etc.) when replying to this RFI. In your response briefly describe your firm's experience with this type of training or similar training, current or past contracts that deal with the aforementioned services or similar services, and any information you deem relevant. Provide a point-of-contact to include an e-mail address, your Federal Cage Code, Data Universal Numbering System (DUNS) and Central Contract Registration (CCR) number. The contractor shall furnish all personnel, equipment, tools, materials, supervision, and all other items and services, as identified in the PWS, required to perform F-16 Combat Aircrew Training (CAT) and Courseware Development (CWD) at Luke AFB, AZ and CATat Holloman AFB, NM. Specific tasks are divided into four categories: 1) F-16 Classroom Academic Instruction; 2) F-16 Aircrew Training Devices (ATD) instruction/console operations and ATD cockpit operations; 3) Courseware Development (CWD); and 4) Training Support. The contractor shall conduct academic and training device instruction in support of formal course syllabi, training plans, event lesson plans, and Continuation Training (CT) Academic instruction shall include classroom lectures, academic/device remedial instruction, and monitoring of computer-based and self-paced instruction periods. Device training shall include instruction in aircraft specific simulators and other associated training devices. Courseware development duties shall consist of development, review, and revision of formal training syllabi as well as developing and maintaining CT training files and providing required Subject Matter Expertise. Training Support shall include Training Evaluation and Analysis, Scheduling, Learning Center (LC) management, training development/Program Flying Training (PFT) management, Information Technology (IT) management/administration, Internal Workforce Training, Quality Control, Protection of Resources, and Graduate Training Integrated Management Systems (GTIMS) management. The anticpated total period of performance will consist of a 12 month basic period and up to four one-year option periods. It is the Government's intention to award to ONE contractor. All interested business concerns shall indicate interest in this acquisition by providing the company name, capabilities, mailing address, phone number and e-mail address to the contracting office. Please provide information pertaining to your capabilities, in the following areas: •1) Recent experience in academic/simulator instruction for fighter aircraft. 2) Recent experience in courseware development/revision. 3) Past Government contracts with relevant data supporting similar Secret and Classified information procedures. Considerations and Business Strategies: Marketing materials are considered an insufficient response to this RFI. Please limit responses to no more than 5 pages. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. The Air Force is interested in learning whether small businesses can provide the above services. All prospective offerors shall indicate their size standard (large business, 8a, etc.) when replying to this RFI. For purposes of this acquisition, the North American Industry Classification System (NAICS) code is 611512, Flight Training. The small business size standard is $27 million. Small, HUBZone, Veteran Owned SB, and women-owned businesses are encouraged to submit a capability information package. Prospective offerors must have the financial backing to defray mobilization and operating cost for at least ninety (90) days. Central Contractor Registration (CCR) is mandatory. The Government reserves the right to consider a set aside determination. Summary: Interested parties are to submit all correspondence pertaining to this requirement in writing to the POCs listed below. Hard copies of documents posted on FedBizOps will not be made available. It is the Government's intention to identify sources that can meet the above criteria. All interested business concerns shall indicate interest in responding to this RFI by providing the company name, size standard, capabilities stated above, mailing address, phone number, and electronic mailing address to the following: Kevin Walker, Contracting Officer, kevin.walker.3@us.af.mil, 210-652-7871 Scott Franks, Program Manager, Scott.Franks@us.af.mil, 210-652-6261 Responses are due NLT COB 3:00 CST on 10 January 2013 via e-mail, if possible. Note: This RFI is for market research purposes only. This is not a Request for Proposal (RFP), soliciation or an indication that the Government will contract for this requirement. The Government will not pay for information received in resposnse to this RFI and is in no way obligated by the information recevied. Further information on this acquisition will be posted on this FedBizOps website. It is the responsibility of the prospective offeror to check this site regularly for any changes. The Government will not pay for information received in response to this RFI and is in no way obligated by the information received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/WSSC/listing.html)
 
Record
SN02945732-W 20121212/121210234231-6fdcc10ec513c9d1ba8262240d292282 (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.