Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2020 SAM #6670
SOURCES SOUGHT

U -- USAFE Adversary Air (ADAIR) Training Support Services

Notice Date
3/2/2020 6:01:22 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA5641 764 SCONS PK APO AE 09094-3187 USA
 
ZIP Code
09094-3187
 
Solicitation Number
USAFE_ADAIR_SOURCES_SOUGHT
 
Response Due
3/16/2020 8:00:00 AM
 
Archive Date
03/31/2020
 
Point of Contact
Nathaniel Searing, Phone: 4963715365286, Antje Veit, Phone: 4963714057861
 
E-Mail Address
nathaniel.searing@us.af.mil, antje.veit.de@us.af.mil
(nathaniel.searing@us.af.mil, antje.veit.de@us.af.mil)
 
Description
This announcement constitutes a Sources Sought for market research and industry feedback.�This notice is NOT a Request for Quotations (RFQ) or Proposals (RFP).� The 764th Specialized Contracting Squadron (SCONS) is United States Air Forces in Europe and Air Forces Africa (USAFE-AFAFRICA) centralized organization for executing enterprise-wide strategic sourcing.� This SS is in consideration of HQ USAFE requirements for Adversary Air Support (AAS) services at multiple locations within the USAFE AOR. AAS services are expected to provide realistic advanced adversary air threats from industry sources to support pilot combat readiness training and realistic training.� The Government anticipates that the Contractors shall provide complete AAS services including, aircraft, pilots, aircraft maintenance, required support equipment, quality assurance/quality control, program and contract management to meet Performance Work Statement requirements. The contractor�s responsibilities shall consist of operations, maintenance, and performance of tactically-relevant aircraft for air-to-air tracking, targeting, and AAS operations, to include associated equipment systems that interface with various platforms and ground force personnel. This initial SS is to encourage industry participation and vendor presentation of their business solutions to meet the above mentioned requirements.� The primary purpose of this announcement is to conduct�market research to assess the current market situation, vendor interest and availability from the industry, and to encourage industry participation to address realistic and achievable requirements in the performance work statement (PWS), prior to finalizing the PWS. The following information is sought in response to this SS: 1. A concise capability statement for this requirement that clearly provides detail on the firm�s capability to perform AAS services. 2. Interest and availability for individual vendor meetings. After this market research and capabilities assessments, should the Government decide to proceed to solicit a contract for this requirement, follow-on announcements will be posted in to this site. �The Government anticipates that this requirement will be planned for up to 5 years (one 12-month Base Year + four 12-month Option Years). Capability Statements are requested no later than 16 March 2020 at 1600 (Central European Time). Individual vendor meetings will be conducted from 6-9 April 2020 to sufficiently allow vendor preparation time, prior to meeting with the Government. Each interested vendor should contact the following office POCs to receive the questionnaire and to coordinate a visit detail: POC: 764th SCONS: Nathaniel Searing, Contracting Officer, DSN 314-489-5286/COM +(49) 631-536-5286����������� HQ USAFE:� Jennifer Esqueda, USAFE ADAIR Program Manager, DSN 314-480-6985/COM +49-06371-47-6985, email: �jennifer.esqueda@us.af.mil. Disclaimer This SS is issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analyses, and demographic/other market information. It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses will be treated as information only and will not be used as a proposal. Any information provided by industry to the Government, as a result of this SS, is strictly voluntarily.� Vendors will not be reimbursed for any cost related to this SS.� The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a53e87a2adfa4377a9135643b205df5d/view)
 
Place of Performance
Address: Ramstein Air Base, DEU
Country: DEU
 
Record
SN05577515-F 20200304/200302230209 (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.