SOURCES SOUGHT
R -- Aircrew Training Support - Draft PWS
- Notice Date
- 10/26/2018
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA002119R0002
- Point of Contact
- Angela Maher, Phone: 850-884-2435, Steven Zellers,
- E-Mail Address
-
angela.maher@us.af.mil, steven.zellers.1@us.af.mil
(angela.maher@us.af.mil, steven.zellers.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft PWS The Air Force Installation Contracting Agency (AFICA) 765th Specialized Contracting Flight, Hurlburt Field, FL seeks to identify potential small business sources for Aircrew Training Support in accordance with the draft Performance Work Statement. Air Force Special Operations Command's (AFSOC) 492 Special Operations Wing (SOW) requires on-site contractor instructor support the 492 SOW's training operations. Contractor instructor support includes: fixed wing aircrew instruction, fixed wing flight instruction, remotely pilot aircraft (RPA) aircrew instruction, fixed wing simulator instruction, and weapon leads for specific mission design series (MDS) aircraft or location. The period of performance consists of a 12-month base year plus two 12-month option years and the anticipated performance start on 1 July 19. Locations of performance are: Cannon AFB, New Mexico; Duke Field, FL; Hurlburt Field, FL; RAF Mildenhall, UK; and Yokota AB, Japan. The Government intends to set this acquisition 100% aside for competition amongst small business concerns under NAICS 611512 with a size standard of $27.5M. However, based on responses, the Government may change this acquisition strategy. The Government intends to award a single contract. This is a Sources Sought Notice and a request for information only. This is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government. This notice is not an offer by the Government to enter into a contract. The Government will not pay for any information provided by interested companies. Request interested companies to submit capability statements that describe their companies' ability to meet the requirements in the draft PWS. Responses to this notice should be in the format below: 1. Prospective Business Identification a. Company Name and Cage Code b. Address c. Phone Number d. Fax Number e. E-mail f. Point of Contact Information g. A website address that provides additional information about the prospective business h. The highest security clearance that your company currently holds. i. The North American Industry Classification System (NAICS) code for this effort is code 611512 with a size standard of $27.5M. Identify your company size as: Small, Small disadvantaged, 8a, Woman-owned Small Business (WOSB), Economically Disadvantaged Woman-owned Small Business (EDWOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and/or HUB Zone Business (HBCU/MI) in accordance with this NAICS and size standard. 2. Describe your company's relevant capability to provide Aircrew Training Support in accordance with the draft PWS. Include a brief history of your company, relevant experience, and innovative approaches in providing Aircrew Training Support services. 3. Are Aircrew Training Support services (as described in the draft PWS) commercial in nature as defined in FAR 2.101? Explain your rationale in detail. 4. In terms of evaluating a company for this effort, what critical evaluation criteria would differentiate companies' capabilities? Explain your rationale in detail. 5. If your firm were to put together a proposal for an effort of this magnitude, what would you provide that best demonstrates your company's experience and performance? 6. What page limitations would be adequate for a technical proposal for a potential effort of this nature? 7. What would be an adequate proposal response time for a requirement of this magnitude? 8. What would be an adequate transition period to mobilize and be able to fully perform on the start date of performance? 9. The number of instructors is based on mission requirements and will vary throughout the contract period of performance. a. Would you company be open to an indefinite delivery, indefinite quantity contract with a time and materials pricing arrangement? Explain your rationale. b. Would prices increase as a result of a time and materials pricing arrangement? Explain your rationale. Submit responses shall be submitted electronically to angela.maher@us.af.mil and steven.zellers.1@us.af.mil via the Army AMERDEC site at https://safe.amrdec.army.mil/safe/. All documents shall be submitted in.pdf format and the title of the documents shall include the offeror's name. Failure to respond to this notice will not preclude firms from submitting proposals in response to the RFP. An official RFP for this requirement is estimated to be issued on 21 Nov 18; however, this date may change.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e297e43b9eb0aa237562eae0a4fff5e)
- Place of Performance
- Address: Hurlburt Field, FL; Cannon AFB, NM; Duke Field, FL; RAF Mildenhall, UK; Yokota AB, JA, United States
- Record
- SN05136065-W 20181028/181026230544-2e297e43b9eb0aa237562eae0a4fff5e (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 |