SOLICITATION NOTICE
U -- Nellis AFB ADAIR II
- Notice Date
- 10/30/2017
- Notice Type
- Presolicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-18-R-C003
- Point of Contact
- James P Gallagher, Phone: 7026529903, Jeremy Young, Phone: 7026526003
- E-Mail Address
-
james.gallagher.11@us.af.mil, jeremy.young.19@us.af.mil
(james.gallagher.11@us.af.mil, jeremy.young.19@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- In accordance with FAR 5.2 - Synopses of Proposed Contract Actions, the 99th Contracting Squadron at Nellis Air Force Base, NV, will be soliciting a Request for Proposal (RFP) for Adversary Air Support (ADAIR) services for Nellis Air Force Base, 57th Adversary Tactics Group (57 ATG). ADAIR services are contemplated as non-commercial services and will be solicited for a competitive contract award. The purpose of ADAIR services is to support the 57 ATG with Red Air adversary aircraft in support of United States Air Force Warfare Center (USAFWC) training objectives. The Contractor will be required to furnish, operate, and maintain tactically-relevant aircraft for air-to-air tracking, targeting, and ADAIR operations. This includes associated equipment systems that interface with various platforms and ground force personnel. Tactical profiles may include, Beyond Visual Range (BVR) engagements, operational test support, dissimilar air combat maneuvers, offensive and defensive within visual range maneuvers, multi-aircraft tactics, merges, and flight. Minimum aircraft performance requirements are forthcoming. Period of Performance and Magnitude: The maximum estimated programmed amount (potential price of all contract actions issued to the awardee) is not to exceed $280 million. The period of performance is contemplated for one (1) base year and four (4) option years. The clause 52.217-8 - Option to Extend Services, will be included in the solicitation, allowing up to 6 months of additional services beyond the potential five (5) year period of performance. Estimated flying hour requirements are between 4,500 flying hours and 5,600 flying hours per year, depending on the available budget and demand for ADAIR services. Small Business Considerations: Market research does not currently indicate two or more capable small businesses available and therefore, full and open competition will be utilized for this acquisition. The North American Industry Classification System (NAICS) code for this acquisition is 611512 - Flight Training, with an applicable small business size standard of $27.5 million. This U.S. industry comprises establishments primarily engaged in offering aviation and flight training. These establishments may offer vocational training, recreational training, or both. Source Selection and Milestones: The Government intends to award at least one contract under this program after a competitive source selection. The use of oral presentations as an evaluation method during source selection are being contemplated. Upon successful award of a contract, the Contractor must make its facilities, aircraft, and operations available to the United States Government (USG) Technical Airworthiness Authority (TAA) for inspection. Contract performance is on condition of the acceptance of risk and the issuance of a Military Flight Release (MFR) and placed under a Public Aircraft Operation (PAO). Award is contemplated on the basis of best value utilizing a subjective tradeoff source selection with technical approach, risk, price, and past performance all as factors. Anticipated milestones are as follows: - Draft Solicitation Documents - November 2017 - Solicitation - Early January 2018 - Proposals due - Early February 2018 - Contract Award - Late May/Early June 2018 The solicitation/RFP will be issued on the Federal Business Opportunities (FBO) web page. Paper copies will not be made available. The current solicitation number is FA4861-18-R-C003 and should be referenced in all correspondence between interested parties and the 99th Contracting Squadron. After publication of this notice, interested parties should only correspond with the 99th Contracting Squadron. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following software will be needed to view the solicitation and relevant attachments: Microsoft Word (.docs), Microsoft Excel (.xlxs), Adobe Acrobat Reader (.pdf), and/or WinZip (.zip or.exe). Eligibility: Prospective contractors must be registered in the System for Award Management (SAM) database in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to four weeks to process. Information provided in this synopsis is subject to change upon release of the RFP/solicitation. The release of the RFP/solicitation is considered the absolute requirement for the Air Force. Contracting Office Address: 5865 Swaab Blvd Nellis AFB, Nevada 89191-7063 United States Place of Performance: Nellis AFB, NV 89191 United States Primary Point of Contact: Capt James P. Gallagher Jr., Contracting Officer james.gallagher.11@us.af.mil Phone: 702-652-9903 Secondary Point of Contact: Mr. Jeremy Young Contracting Officer jeremy.young.19@us.af.mil Phone: 702-652-5401
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-18-R-C003/listing.html)
- Place of Performance
- Address: Nellis Air Force Base, Nevada, Las Vegas, Nevada, 89191-7063, United States
- Zip Code: 89191-7063
- Zip Code: 89191-7063
- Record
- SN04725808-W 20171101/171030230639-96e0232835cae1b2f55ac869d8eaf619 (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 |