SPECIAL NOTICE
J -- RFI - Industry input on PMEL Apprentice/Training Programs
- Notice Date
- 4/6/2017
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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-0011
- Point of Contact
- Michael O. Adams, Phone: 7572255804, Rhonda R. Foster, Phone: 7577644961
- E-Mail Address
-
michael.adams.106@us.af.mil, rhonda.foster.3@us.af.mil
(michael.adams.106@us.af.mil, rhonda.foster.3@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. PURPOSE. The Air Combat Command (ACC) Acquisition Management and Integration Center (AMIC) at Langley AFB, VA is requesting industry input on Precision Measurement Equipment Laboratories (PMEL) technician apprentice/training programs. This announcement is an RFI in accordance with (IAW) FAR 15.201(b). This notice is not a request for contractual offers. RFIs gather information from participants without any promise of a current or future contract or requirement. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever or form a binding contract or agreement. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with response to this RFI will be solely born by the respondent. Any information submitted in response to this request for which the respondent feels is Proprietary in nature should be clearly marked as such. As always, ACC is committed to safeguarding corporate proprietary information and intellectual property IAW FAR 3.104 and other regulations. Any information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for, or suffer any consequential damages for any proprietary information not properly identified as such. Responses to the RFI will not be returned and will become property of the US Government. The Government may elect to conduct one-on-one discussions with industry to obtain clarification of the RFI responses. If the Government elects to conduct discussions, these discussions will not be held with any company that did not respond to this RFI. Please note that the Government is under no obligation to conduct these sessions. REQUESTED INFORMATION 1. Please provide input as to whether you feel incorporating a training program into a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) at the task order level will benefit the overall PMEL technician availability on the subsequent task orders. Please explain in detail your rationale as to why or why not. 2. What can be done to increase the number of qualified PMEL technicians and/or the level of training being provided to the field? 3. What is the probability of your company submitting an apprenticeship training program as part of the MAC IDIQ if this item is incentivized during the evaluation process? What type of incentive do you recommend should be considered for inclusion? 4. If your company currently has an official training program in place, what is the estimated annual cost per technician (trainee and/or trainer) to manage and operate the program? How many technicians on average have successfully completed the program within the last 5 years? What are the requirements for the technician to be fully qualified at the PMEL Tech I level? Is there a mandatory retention period after completion of the program and how is it enforced? Responses should be Times New Roman 12 font and not exceed three pages total. SUBMISSION OF RESPONSES. All responses shall be submitted via email to michael.adams.106@us.af.mil and rhonda.foster.3@us.af.mil NLT 12:00 p.m. EST, April 24th. 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, you are encouraged to contact Mr. Adams at (757) 225-5804. While not a request for contractual offers or proposals, these Technical Information Exchange (TIE) discussions may offer industry the opportunity to exchange insight with the Air Force resulting in a mutually beneficial outcome.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-17-R-0011/listing.html)
- Place of Performance
- Address: Projected operating locations may be in CONUS: Arnold AFS, TN; Andrews, AFB, MD; Barksdale AFB, LA; Beale AFB, CA; Cannon AFB, NM; Cape Canaveral AFS, FL; Columbus, AFB, MS; Dover AFB, DE; Dyess AFB, TX; Ellsworth AFB, SD; F.E. Warren AFB, WY; Fairchild AFB, WA; Grand Forks AFB, ND; Hill AFB, UT; MacDill AFB, FL; Malmstrom AFB, MT; Maxwell/Gunter AFB, AL; McConnell AFB, KS; Minot AFB, ND; Moody AFB, GA; Offutt AFB, NE; Patrick AFB, FL; Peterson AFB, CO; Robins AFB, GA; Scott AFB, IL; Sheppard AFB, TX; Tinker AFB, OK; Tyndall, AFB, FL; Vance AFB, OK; Vandenberg AFB, CA; Whiteman AFB, MO and Wright Patterson AFB, OH and OCONUS: Andersen AB, Guam; Eielson AFB, AK; Elmendorf AFB, AK, RAF Feltwell, United Kingdom, and Thule AFS, Greenland., United States
- Record
- SN04462935-W 20170408/170406235311-0bd4b98e145be0182df5f82b1f2f56db (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 |