SOURCES SOUGHT
U -- Royal Saudi Air Force F-15SA Upgrade Training - RFI
- Notice Date
- 5/14/2013
- 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, JBSA Randolph, Texas, 78150-4302, United States
- ZIP Code
- 78150-4302
- Solicitation Number
- AETC_RFI-RSAF_F-15SA_UGT
- Archive Date
- 6/8/2013
- Point of Contact
- Florence A. Taplin, Phone: 2106527741, Joseph S Sitterly, Phone: 210-652-8604
- E-Mail Address
-
florence.taplin.1@us.af.mil, joseph.sitterly@us.af.mil
(florence.taplin.1@us.af.mil, joseph.sitterly@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AETC RFI - RSAF F-15SA UGT I. General Information The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable sources to train personnel in aircraft maintenance and supporting logistics specialties for the Royal Saudi Air Force (RSAF) F-15SA model aircraft in the Kingdom of Saudi Arabia in support of the Security Cooperation/Security Assistance acquisition program. 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 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 except as indicated in paragraph III. Notice below. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. It is also anticipated the type of contract will be Firm-Fixed-Price. 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 $14.0 Million in annual gross receipts. Contractor shall provide qualified F-15SA maintenance instructor personnel in operational Royal Saudi Air Force units, and other support functions. Contractor shall possess the unique F-15SA technical orders and technical data for all maintenance instruction with a mobilization capability ready by summer 2014. Contractor shall train RSAF technicians in their assigned specialties to maintain the F-15SA aircraft systems, subsystems, support equipment, and logistics support. Training requirements shall include providing RSAF students F-15SA aircraft specialty Upgrade Training (UGT) from a 3-skill level to a 5-skill level, and 5-skill level to a 7-skill level. This will include UGT for aircraft maintenance and applicable Air Force Specialty Codes (AFSC's). The duration of training for each student will be dependent on the individual student's technical proficiency. The contractor training shall include academic/classroom and hands-on UGT. The contractor training shall also include a train-the trainer/instructor course during UGT such that as student's experience and proficiency progresses that they are able to provide instruction to less experienced students. The required AFSC's are as follows: Integrated Avionics Systems (2A3X4), Tactical Aircraft Maintenance (Crew Chiefs) (2A3X3), Propulsion/Engines (2A6X1), Electrical/Environmental (2A6X6), Aircraft Armament Systems (2W1X1), Aerospace Ground Equipment (2A6X2), Egress (2A6X3), Fuels (2A6X4), Hydraulics (2A6X5), Non-Destructive Inspection (2A7X2), Aircraft Structures (2A7X3), Maintenance Management (2R1X1), Maintenance Management Analysis (2R0X1), Aircrew Flight Equipment (1P0X1), Avionics Test Stations (2A0X1S), Avionics Sensors (2A0X1P), Metals Technology (2A7X1), Material Management (2S0X1), Precision Measurement Equipment Laboratory (PMEL) (2P0X1) and Explosive Ordinance Disposal (2W0X1). II. Vendor Response If your firm is capable of providing the requirements described in this RFI, please provide a Capability Statement to Florence Taplin via e-mail at florence.taplin.1@us.af.mil by 24 May 2013 at 10:00AM CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should be limited to 10 or less pages in length and include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. When addressing question 9 below, please indicate the contract type and period of performance for similar services provided. At a minimum the following information is requested: 1) Company Information a. Company Name b. Address c. Point of Contact d. Telephone Number e. E-mail address 2) Primarily doing business in the Private/Commercial or Government Sector 3) Commercial and Government Entity (CAGE) Code 4) Data Universal Numbering System (DUNS) Number 5) Business Size (i.e. Small Business, Other than Small) 6) Socio-Economic status (i.e. 8(a), HUBZone, veteran-owned, women-owned, etc.) 7) Detailed information on capabilities to finance, mobilize instructors by summer 2014, procure applicable F-15SA technical orders and technical data, and trained F-15SA instructors 8) Demonstrate ability to access and maintain operations within The Kingdom of Saudi Arabia (sponsorship, passports, visas, and labor laws) 9) Describe any service contracts you have performed for similar combined services 10) NAICS code(s) the company usually performs under 11) Company's role in the performance of the requirement a. Prime Contractor b. Subcontractor c. Other (please describe) 12) Functions that may be set aside for subcontract opportunities III. Notice Respondents are advised that data submitted to the Government in response to this RFI may be released to non-government advisors for review and analysis. These advisors may be required to provide advice within their area of expertise. All representatives have signed nondisclosure forms. Non-government advisors will be subject to civil and criminal penalties associated with any release of information pursuant to FAR Part 3.104 procurement integrity violations. If respondent has any objection to non-government advisor access to their response, the respondent shall provide grounds and justification for their objections. The non-government advisor is: The Systems Group 104 Etowah Court Bonaire, GA 31005 Note: The company listed above may not assist or participate in preparation or submission of any proposal resulting from this market research / RFI. Contracting Office Address: Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302 Point of Contact(s): Any questions must be received by 20 May 13 at 2:00 PM CST via e-mail florence.taplin.1@us.af.mil To be considered, send responses to this Sources Sought Notice in writing via email to: Ms. Florence Taplin at phone: 210-652-7741, e-mail: florence.taplin.1@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/AETC_RFI-RSAF_F-15SA_UGT/listing.html)
- Place of Performance
- Address: Saudi Arabia, United States
- Record
- SN03061182-W 20130516/130514234439-e59092288e31fd094bb16a93fe4aff6c (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 |