Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2017 FBO #5578
SOLICITATION NOTICE

U -- PACAF READY AIRCREW PROGRAM (RAP)/AIRCREW UPGRADE TRAINING AND SITE SECURITY MANAGEMENT SERVICES

Notice Date
2/28/2017
 
Notice Type
Presolicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
00000
 
Solicitation Number
FA5215-17-R-0002
 
Point of Contact
LARA A. STALEY, Phone: 808-448-2969, SSgt Brian Powell, Phone: 808.448.2980
 
E-Mail Address
lara.staley.1@us.af.mil, brian.powell.1@us.af.mil
(lara.staley.1@us.af.mil, brian.powell.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: FA5215-17-R-0002 The 766th Specialized Contracting Squadron located at JBPH-H, Oahu, Hawaii, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for PACAF Ready Aircrew Program (RAP)/Aircrew Upgrade Training and Site Security Management Services. This is not an RFP. RAP requirements are needed to develop mission ready aircrews by providing contract Instructor Pilots to: (1) Instruct simulator Ready Aircrew Program (RAP)/Distributed Mission Operations (DMO)/ Live-Virtual-Constructive (LVC) and Distributed Live Control tactical and basic mission events. (2) Instruct aircrew upgrade training and academic support simulator training. (3) Develop and manage realistic scenarios in support of RAP/DMO/LVC tactical mission events training, Distributed Live Control events and aircrew basic skills mission training. (4) Maintain daily training logs and provide status on each aircrew member's simulator event and academic training completion to the local unit representatives. (5) Operate the Mission Training Center (MTC)/Unit Training Device (UTD)/Weapons and tactics Advanced Sustainment Program (WASP)/Weapons and Tactics Trainer (WTT) consoles in support of Air Force and Joint RAP/DMO/LVC battlefield tactical event exercises, Distributed Live Control events and basic mission skills training. (6) Perform as an event manager in support of Air Force and Joint RAP/DMO/LVC battlefield tactical exercises and Distributed Live Control events. (7) Provide site security management at three locations: Joint Base Elmendorf Richardson (JBER), Alaska, Joint Base Pearl Harbor-Hickam (JBPH-H), Hawaii and Kadena AB, Japan. This entails Personnel Security functions, Information Security functions and Physical Security functions over the Government provided aircrew training facility and support equipment, aircrew training devices, aircrew training products and training facility personnel when these services are not provided by Government agencies or Contractor Logistic Support (CLS) contractors. Services will be required at the following locations: Joint Base Pearl Harbor-Hickam, HQ PACAF (JBPHH), HI Joint Base Elmendorf -Richardson (JBER), AK Osan Air Base (AB), Republic of Korea (ROK) Kunsan AB, ROK Kadena AB, Okinawa Japan Misawa AB, Japan The period of performance/contract completion time is anticipated to be a period of 12 months with four (4) one-year option periods. The period of performance is as follows: Phase-In: 24 Sep 2018 - 22 Dec 2018 Base Year: 23 Dec 2018 - 22 Dec 2019 Option 1: 23 Dec 2019 - 22 Dec 2020 Option 2: 23 Dec 2020 - 22 Dec 2021 Option 3: 23 Dec 2021 - 22 Dec 2022 Option 4: 23 Dec 2022 - 22 Dec 2023 The North American Industry Classification System (NAICS) code for this work is 611512. The size standard is $27,500,000.00. This will be competed as a small business set aside. The Government intends to award without discussions. Interested offerors must be registered in the System for Award Management (SAM) database. Firms can register via the SAM Internet site at https://www.sam.gov/. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FedBizOpps_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 5 business days. PLAN ACCORDINGLY). All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only at Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to be the single point of entry for Government requirements and to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) System for Award Management (SAM) Marketing Partner Identification Number (MPIN); 2) DUNS Number and CAGE Code; 3) Telephone Number; 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FedBizOpps_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps page for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. This contract is subject to availability of funds and an executive order for federal. A contract award will not be made until funds become available and the executive order to freeze federal hiring has been lifted. Contracting Office Address: 90G St. Bldg 1201, JBPH-H Hawaii, 96853-5230 Primary Point of Contact: Name: Lara A. Staley Email: lara.staley.1@us.af.mil Phone: 808.448.2969 Fax: 808.448.2912 Secondary Point of Contact: Name: TSgt Brian Powell Email: brian.powell.1@us.af.mil Phone: 808.448.2916 Fax: 808.448.2912
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c67ac71cd099e342f94a785214ab2e35)
 
Place of Performance
Address: Joint Base Pearl Harbor-Hickam, HQ PACAF (JBPHH), HI, Joint Base Elmendorf -Richardson (JBER), AK, Osan Air Base (AB), Republic of Korea (ROK), Kunsan AB, ROK, Kadena AB, Okinawa Japan, Misawa AB, Japan, United States
 
Record
SN04416944-W 20170302/170228234611-c67ac71cd099e342f94a785214ab2e35 (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.