Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOLICITATION NOTICE

U -- RC/OC/WC-135 and E-4B CAT/CWD

Notice Date
2/19/2020 5:13:09 AM
 
Notice Type
Presolicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
FA4890 ACC AMIC LANGLEY AFB VA 23665 USA
 
ZIP Code
23665
 
Solicitation Number
FA489020R0006
 
Archive Date
01/31/2022
 
Point of Contact
Susan L Dunnigan, Phone: 7572256037, Tara M., Holloway, Phone: 7577643222
 
E-Mail Address
susan.dunnigan@us.af.mil, tara.holloway@us.af.mil
(susan.dunnigan@us.af.mil, tara.holloway@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION NOTICE for SOLICITATION FA4890-20-R-0006 for the RC/OC/WC-135 and E4B CAT/CWD solicitation IAW FAR 5.204.� This notice replaces all previous notices posted under solicitation number FA4890-19-R-A030.� This is a pre-solicitation notice only.� Air Combat Command, Acquisition Management Integration Center (ACC AMIC) anticipates issuing the final RFP on/or about 3 Feb 2020 with a closing date on/or about 3 Mar 2020.� 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 $30M. 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 is a follow-on effort to procure commercial services for the RC/OC/WC-135 and E-4B Contract Aircrew Training (CAT) and Courseware Development (CWD) for the 55th Wing at Offutt AFB, NE.� Performance requirements and standards are documented in the draft PWS and are divided into four categories:� 1) CAT to include CT and IRC, 2) CWD, 3) OC/WC-135 Pilot/Navigator Flight Training, 4) General Tasks.� Performance will consists of a two month Phase-In Period, one Base Period, and four one-year Option Periods.� The Government anticipates making award on/or about 21 Jul 2020.� Actual contract performance is scheduled to begin 1 Oct 2020. 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 Offutt AFB on or about 12 Feb 2020.� Offerors desiring to attend the conference will be required to pre-register.� 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.��� The Government is requesting Industry comments at this time on the draft documents posted with this notice.� 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. Tara Holloway (757) 764-3222, tara.holloway@us.af.mil Susan Dunnigan (757) 225-6037, susan.dunnigan@us.af.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ce340259aa524363a5bf6b8b1d690331/view)
 
Place of Performance
Address: NE 68113, USA
Zip Code: 68113
Country: USA
 
Record
SN05565454-F 20200221/200219230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.