SOLICITATION NOTICE
U -- RQ4&U2/T38 CAT/CWD
- Notice Date
- 4/6/2017
- Notice Type
- Presolicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 129 Andrews Ave, STE 110, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4890-17-R-0013
- Point of Contact
- Imelda A Reantaso, Phone: 757-225-5797, Hannah J. Kosirog, Phone: 7572252153
- E-Mail Address
-
imelda.reantaso.1@us.af.mil, hannah.kosirog.1@us.af.mil
(imelda.reantaso.1@us.af.mil, hannah.kosirog.1@us.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE IAW FAR 5.204: This is a pre-solicitation notice only. This notice replaces all previous notices for solicitation: FA4890-17-R-0013. Air Combat Command, Acquisition Management Integration Center (ACC AMIC) anticipates issuing the final RFP on/or about 01 May 2017 with a closing date on/or about 31 May 2017. This will be a competitive acquisition set-aside 100% for Service Disabled Veteran-Owned Small Business. The Government intends to make one award from the solicitation. The North American Industry Classification System (NAICS) code for this requirement is 611512 with a small business size standard of $27.5M. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any proposal costs. This acquisition is to procure commercial services for the consolidated effort for RQ-4 "Global Hawk", U-2 "Dragon Lady" and U-2/T-38 Companion Trainer Program (CTP) Contract Aircrew Training and Courseware Development (CAT/CWD) in support of operations at Beale AFB, CA and Grand Forks AFB, ND, hereafter known as the RQ4/U2/T38 CAT/CWD contract. The resultant contract may be modified in the future to include additional training related to RQ4/U2/T38 or other Remotely Piloted operations. The contractor will perform to the standards specified in this contract. Specific tasks for this contract are divided into three categories: 1) CAT, 2) CWD and, 3) General Tasks. The period of performance will cover a 2-month Phase-In period, 1-base year period, and 4 one-year option periods. The Government expects to make an award on or about 25 Oct 2017, with the 2-month Phase-In periods: 1 Dec 2017 - 31 Jan 2018 for RQ4 and 1 Aug 2018 - 30 Sep 2018 for U2/T38 and actual performance start dates of: 1 Feb 2018 for RQ4 and 1 Oct 2018 for U2/T38. The Government will use the Internet and email as the primary means of disseminating and exchanging any information concerning this requirement. The draft solicitation and attachments are posted with this announcement. It is the offeror's responsibility to monitor the Internet for the release of the Final Solicitation and closing date. It is also the offeror's responsibility to carefully review all documents posted with the final RFP for any updates or changes since the release of the draft documents. A pre-proposal conference is planned to be held at Beale AFB, CA on 10 May 17. Offerors desiring to attend the conference will be required to pre-register. Registration information shall include the company name, phone number, name of each individual attending to include, social security number and security clearance level. This information is for security purposes and access to the base/facilities. Please limit number of attendees to no more than (3) three individuals per company. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov under NAICS code 611512. Interested parties are cautioned to ensure the information listed in SAM is current and correct. Interested parties are to submit all correspondence pertaining to this requirement in writing to the POCs listed below. Hard copies of documents posted on FBO 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 in a timely manner, you are encouraged to contact the POCs below. Imelda A. Reantaso (757) 225-5797, imelda.reantaso.1@us.af.mil Hannah J. Kosirog (757) 225-2153, hannah.kosirog.1@us.af.mil Notice to Offerors: 1. The Government is requesting Industry comments at this time on the draft documents posted with this notice on/or about 19 Apr 2017. 2. Foreign Contractors: This contract requires a "Top Secret" clearance. Federal legislation restricts the dissemination of critical technologies, classified and unclassified, to foreign interests. Access to information above the "Secret" level by a foreign owned/controlled company requires a National Interest Determination (NID)-this also applies to any foreign owned proposed subcontractor. The NID is an agency level risk analysis, determination, and acceptance used to justify the need for a "Special Security Agreement". A user agency must justify and request a company be cleared under a "Special Security Agreement" to isolate any potential for Foreign Ownership, Control, or Influence (FOCI). The justification must address and explain how the FOCI contractor's product or service is crucial, or is the sole available source to the Air Force. NIDs have to be forwarded to SAF/AAZ for review and endorsement, then to the Office of the Under Secretary of Defense for Counterintelligence and Security (OSD-USD/I) for final approval.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-17-R-0013/listing.html)
- Place of Performance
- Address: Beale AFB, CA, Grand Forks, ND, United States
- Record
- SN04462163-W 20170408/170406234510-36643b5354c262e3af1c27479acff4eb (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 |