MODIFICATION
U -- PACAF READY AIRCREW PROGRAM (RAP)/AIRCREW UPGRADE TRAINING AND SITE SECURITY MANAGEMENT SERVICES
- Notice Date
- 10/23/2017
- Notice Type
- Modification/Amendment
- 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: 808-471-4256, TSgt Brian Powell, Phone: 808.471-4400
- 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
- N/A
- 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 (CIPs) and Mission Training Contract Instructors (MTCIs) to: (1) Instruct simulator Ready Aircrew Program (RAP)/Distributed Mission Operations (DMO)/ Live-Synthetic-Blended (LSB) 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/LSB tactical mission events training, Distributed Live Control events and aircrew basic skills mission training. (4) Maintain daily utilization logs and provide status on each aircrew member's simulator mission and academic training completion to the local training officer 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/LSB 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/LSB 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, Okinawa 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. REQUIREMENTS With the exception of properties and services specifically stated as Government-furnished, the Contractor shall provide all personnel, supervision, program management / oversight, training, materials, transportation, personnel travel / relocation / moving expenses, and all other items and services required to perform the PACAF Ready Aircrew Program (RAP)/ Aircrew Upgrade Training and Site Security Management (SSM) Services contract. It should be noted that there is a potential for increases in program growth during the life of the contract to accommodate new airframes coming online. Any such increase would be negotiated at the time of the program growth. The Contractor shall designate a contract Site Lead at each site, per airframe, who shall have full authority to act for the Contractor on all matters relating to daily operation of the contract at that site. Within 30 days after contract award, the Contractor shall designate in writing to the CO the name of each Site Lead and shall provide to the CO on a monthly basis: Site Lead names, contact information and personal security status. The Contractor shall provide qualified Contract Instructor Pilots (CIPs) and Mission Training Contract Instructors (MTCIs) (Refer to Table 4) to satisfy operational training requirements for aircrews as specified by Air Force Instructions (AFI), local training syllabus, and RAP. Daily, the Contractor shall provide qualified Mission Training Center Instructors (MTCI) and Contract Instructor Pilots (CIPs) to instruct RAP/DMO/LSB events training as dictated in Tables 1, 2, 3 and Appendix 1 to 9. Daily, the Contractor shall provide enough qualified MTCIs/CIPs to instruct aircrew Academic training and academic support simulator training as dictated in Tables 1, 2, 3 and Appendix 1 to 9. The Contractor shall coordinate and assist in scheduling RAP/DMO/LSB events training, aircrew training and academic support simulator training as dictated in Tables 1, 2, 3 and Appendix 1 to 9. The Contractor shall develop and manage realistic scenarios in support of RAP/DMO/LSB events and academic training as dictated in Tables 1, 2, 3 and Appendix 1 to 9. The Contractor shall develop and manage academic training material in support of aircrew academics and academic support simulator training as dictated in Tables 1, 2, 3 and Appendix 1 to 9. The Contractor shall maintain attendance records and provide a consolidated monthly report to Government Representatives (reported to flying unit squadron schedulers and COR) on each RAP/DMO/LSB mission and Academic training event provided by the Contractor. The Contractor shall maintain training and evaluation records for each CIP and MTCI employee, which detail individual training and certification/qualification (AF Form 8 for MTCI/CIP). The records shall be available for Government review. The Contractor shall document instructor proficiency training on Tactics, Techniques, and Procedures (TTPs), equipment, software and systems as they are modified The CO may request removal (permanent or temporary) of a Contractor employee for major performance issues such as work policy violations, unacceptable job performance, business ethics violations, unfavorable suitability determination, safety concerns, security concerns, health issues, or fraudulent qualifying documentation. Upon receipt of notification from the CO, the Contractor has 30 calendar days to submit qualifying documentation of a replacement candidate. Failure to do so may be cause for action under the Termination clause in Contract Clauses. The Contractor shall perform the functions required for a Training Coordination Center (TCC). The Osan F-16 CIPs shall receive training on Kunsan Mission Training Centers. In the performance of their aircrew training duties, the Osan F-16 CIPs shall coordinate and utilize the Kunsan Mission Training Center when applicable. CIPs and MTCIs may instruct academics associated with Appendixes 1 to 9 per local Operations Group (OG) direction. The Contractor shall designate a Site Security Manager (SSM) to perform as Personnel Security Manager, Information Security Manager, and Physical Security Manager at three locations. These security duties may be referred to as an Activity Security Monitor (ASM). Within 30 days after contract award, the Contractor shall designate in writing to the CO the name of each SSM and shall provide to the CO on a monthly basis: SSM name and contact information; SSM personal security status. Those locations without a SSM shall follow local security manager procedures and local security plan procedures in place at their location. The Contractor shall designate an SSM at Joint Base Elmendorf Richardson (JBER), Alaska. The Contractor shall designate an SSM at Joint Base Pearl Harbor-Hickam (JBPH-H), Hawaii. The Contractor shall designate an SSM at Kadena AB, Okinawa Japan. 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 phase-in/transition period of 4 months plus a full performance base period of 8 months and three (3) one-year option periods with the possibility of an additional two (2) one-year incentive option periods. The period of performance is as follows: Phase-In: 23 Aug 2018 - 22 Dec 2018 (4 months) Base Period: 23 Dec 2018 - 22 Aug 2019 (8 months) Option 1: 23 Aug 2019 - 22 Aug 2020 Option 2: 23 Aug 2020 - 22 Aug 2021 Option 3: 23 Aug 2021 - 22 Aug 2022 Option 4: 23 Aug 2022 - 22 Aug 2023 (Incentive Option Period 1) Option 5: 23 Aug 2023 - 22 Aug 2024 (Incentive Option Period 2) 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 unrestricted, full and open. 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 the availability of funds. A contract award will not be made until funds become available. Contracting Office Address: 560 Central Ave. Bldg 287, JBPHH Hawaii, 96860-4961 Primary Point of Contact: Name: Lara A. Staley Email: lara.staley.1@us.af.mil Phone: 808-471-4256 Secondary Point of Contact: Name: TSgt Brian Powell Email: brian.powell.1@us.af.mil Phone: 808-471-4400
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6ad178b54d0ec4521d7cf81f98ad6832)
- 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
- SN04719772-W 20171025/171023230535-6ad178b54d0ec4521d7cf81f98ad6832 (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 |