Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
SOURCES SOUGHT

U -- F-16 Maintenance, Pilot and Engineering Training for International Customers

Notice Date
5/29/2020 12:55:04 PM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA3002 338 SCONS CC RANDOLPH AFB TX 78150-4300 USA
 
ZIP Code
78150-4300
 
Solicitation Number
FA3002-20-RFI-F16-Training-Program
 
Response Due
6/15/2020 12:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Rafael Gumbs, Phone: 2106526019, michael dargan, Phone: 2106527721
 
E-Mail Address
rafael.gumbs@us.af.mil, michael.dargan.1@us.af.mil
(rafael.gumbs@us.af.mil, michael.dargan.1@us.af.mil)
 
Description
F-16 MAINTENANCE, PILOT AND ENGINEERING TRAINING FOR INTERNATIONAL CUSTOMERS FA3002-20-RFI - F-16 TRAINING PROGRAM The 338 Enterprise Sourcing Squadron (338 ESS) is seeking information concerning the availability of capable contractors to provide non-personal services F-16 Maintenance, Pilot and Engineering Training to Foreign Military Sales (FMS) students.� Place of performance is to be recommended by the offeror(s) or as requested. This Sources Sought Notice/ Request for Information (RFI) is issued and intended for market research and planning purposes only.� The information obtained in response to this RFI will be used to help locate and identify qualified, experienced, and interested potential sources in addition to commercial practices in the support service sought.� This is NOT a Request for Proposal (RFP).� It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. �The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.� Any information provided to the Government is strictly voluntary and to be provided at no cost to the Government. �For purposes of this RFI, the North American Industry Classification System (NAICS) Code in 611512, Flight Training and the small business size standard is $30M. Proposed training will be Contractor, Type I Special Training, procured by the Air Education and Training Command and presented under the auspices of the Security Assistance Training Program.� (AETCMAN 36-2601 and AFI 36-2651, Table 2.1 and paragraph 2.11) Description of Services Requirement.� (Note: The description herein is a summary of anticipated services and is not intended to be all-inclusive.)� Contractor shall develop, produce, and deliver F-16 pilot and maintenance instructor courseware and student materials. �Existing courseware will be provided to the contractor.� The instructor courseware (courseware, course charts, simulator outlines, instructor outlines and any other instructor material used to transfer information to international students) and student materials will be In Accordance With (IAW) course descriptions and summaries provided following training program definitization. �All instructor and student materials shall be based on data available under the FMS program and developed and presented IAW the country-configured equipment.� The instructor courseware and student materials will reflect training that will be transition-type training into a skill similar to the skill currently possessed by the student.� Basic theory is not required. The content of training will be dependent on each country�s disclosure approval.� Additionally, the content of training and maintenance specialty tasks may be adjusted due to country specific organization structure. (See Appendix A for Definitions).� Note:� Organizational and Intermediate Level Maintenance Training Paragraphs 1.2.1 and 1.2.2. may include Engine, Aircraft Maintenance Officers, Attack Avionics, Crew Chief, Armament, Flight Controls, Communications/Navigation, Electronic Warfare, Fuel, Environmental Control Systems/Oxygen, Electrical, Crew Escape/Egress, Pnuedraulics, Life Support, Non-Destructive Inspection, Parachute, Structural Repair Specialist, Radar Absorbent Material Application, Precision Measurement Equipment Laboratory (for F-16 specific PMEL items), Avionics Backshop, Rack-mounted/ Improved Avionics Intermediate Shop, Quality Assurance Training, and Emergency Response Training.� A baseline course offering should be available that can be modified to the specific F-16 variant flown by a given country.� Courseware development may be required to satisfy country-specific requirements as approved by the appropriate TPM. Proposed training will be Contractor, Type I Special Training, procured by the Air Education and Training Command and presented under the auspices of the Security Assistance Training Program.� (AFI 36-2201, paragraph 2.1.4.1.1.1)� All instruction and technical information shall be in the English language.� The contractor shall provide training and support services at the contractor�s facility.� Individual task orders may require training to occur at another site in CONUS, CONUS Government provided facilities, OCONUS (in country), or online (academics only). �The contractor will be responsible for providing courseware and training on all models of the F-16 airframe.� However, USG anticipates that a predominate amount of future requirements/individual task orders will be on the F-16V configuration. The contractor shall provide training to provide the necessary skills to operate and independently maintain aircraft systems, subsystems, and related support equipment.� Training shall be to the level necessary to provide students a thorough understanding of their specialty requirement so that at the end of their training they can perform tasks IAW applicable technical data with minimal supervision.� This description is generally applied to Organizational (O) and Intermediate (I) levels of maintenance when describing USAF 5 or 7 skill levels (Reference AFI 36-2651).� Pilot objectives are to train pilots transitioning into the country-specific configuration.� This includes required academic, country aircraft model specific simulator/cockpit procedures trainer, and teaching the pilots the required functional capabilities and skills to instruct other pilots.� A definition of these maintenance levels, engineering and pilot training requirements are in Appendix A of the draft PWS. Student Support Services: If required by individual task order the contractor shall provide or arrange suitable housing for the students during CONUS training.� Quarters shall be available two days prior to class start and one day after class graduation unless otherwise specified.� Officers shall be quartered separately in single rooms.� Two enlisted usually share two bedroom apartments.� Dining facilities capable of providing culturally-sensitive dietary requirements or cooking facilities are required unless otherwise stated in individual orders.� Housing shall not be provided for accompanying dependents unless specifically authorized in writing, by the contracting officer.� The contractor shall brief the students to not make charges to the room/quarters, i.e. movie rentals, food, laundry, etc., and to maintain the housing in same condition as existed upon initial occupancy.� Contractor should note the condition of the housing upon occupancy and again one day prior to student departure.� Extent of all damage and occupant�s names shall be reported to the Contracting Officer within one week after students� departure, with a copy to the AFSAT/TPM and COR.� The extent of damage to quarters shall be identified by video or digital camera and reported to the AFSAT TPM and COR by the contractor, within three days. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. �Please limit the capability statement to no more than 20 single-sided, type-written pages using font size 12.� Published literature may be any number of pages. At a minimum the following information is requested: 1)� Organization name, address, point of contact, telephone number, e-mail address, Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number; (2)� Approximate annual gross revenue; (3)� Business size (large business, small business).� Note:� The Government reserves the right to determine whether or not a small business set-aside would be appropriate based on responses to this notice. (4)� Please identify the small business size and socio-economic status under the NAICS 611512 identified pursuant to FAR 52.219-1, Small Business Program Representations (February 2020). Socio-economic status refers to status as a Small Business (SB), Small Disadvantaged Business (SDB), Certified 8(a) Business, Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and HUBZone Small Business concerns.� Please identify all that apply. (5) �Describe the service provider role your organization will play in the performance of the support service sought (Prime Contractor, Subcontractor, Other: please explain); (6)� If you indicated your organization�s role as ""Prime Contractor"" please provide information demonstrating the capability to mobilize, manage, and finance the support service sought; (7)� If you indicated your organization�s role as ""Prime Contractor"", specify the functions for which you plan to use subcontractors to include estimated small business subcontracting goals and rationale; (8) �If you indicated your organization�s role as ""Subcontractor"", please indicate which functional areas you intend to cover; (9)� Specify whether your organization primarily conducts business in the commercial or Government sector; (10)� Provide information on any commercial or Government sector support services your organization has performed that are similar to the support service sought; (11)� What is your primary NAICS code(s) your company utilizes? (12)� Describe how the requirement needs to be requested from the Government.� Recommendations? (13)� What is the best way to price this requirement?� Hourly, by class, etc. (14)� What CLIN structure would you suggest? (15)� The Government is considering whether it�s beneficial for the proposed solicitation to be an all or nothing, or whether the maintenance training can be separated out.� Please provide any comments or that you may have regarding this issue.� (16) �Describe your organization�s capability to obtain country specific technical orders (CSTOs) to prepare courseware development.� Please identify any concerns that there may be regarding access to country specific technical orders.� Expertise in appropriate courseware update, development, production and deliver; (17) �The Government plans to use the below language to define relevancy for past performance evaluations.� Please provide any comments that you may have regarding this language. ""Relevant contracts include organization, development, and execution of maintenance training, logistics, and/or pilot training on military mission designed series aircraft or large commercial aircraft.� Experience working with Security Assistance or International (AKA Foreign Military Sales or Direct Commercial Sales) training programs in accordance with Foreign Assistance Act (FAA) of 1961, as amended and the Arms Export Control Act (AECA) of 1976, as amended to achieve cost, schedule a performance requirements for weapon system procurement/modification programs. �Providing administration and student support services to include billeting (housing), transportation and dining to a student populace."" (18) �Describe a plan to recruit, hire and provide trained and qualified instructor pilots with a desired military flying background; (19) �Describe your organization�s ability to provide simulator training for pilot difference training.� Please provide any comments that you may have regarding this issue.� . (20) �The Government intends to utilize Video-Teleconference (VTC) training platforms, IAW PWS para 1.3.6, to supplement and/or perform required training as needed.� At this time, USG has not defined this portion of the requirement.� Please provide any suggested language and/or comments that you may have regarding defining required training. (21) �Describe any recommendations for the attached current contracts� Performance Work Statement. (22) �What USG support or Government Furnished Equipment/Training would you suggest/require?� i.e. USG provide Physiology, ejection seat training would be complementary to the contract's training effort. Recommendations to maximize the efficiency and effectiveness of the anticipated solicitation and resulting contract, to include effective assessment methods, techniques, and best commercial practices in performance of the requirement as outlined above, are welcome. Please provide your suggestions to include contract type, contract length, source selection techniques, quality assurance, etc. via email no later than 08 June 2020.� Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion.� We hope to eliminate duplicate questions by posting any and all questions on the www.beta.sam.gov website.� If any questions contain proprietary information such information must be identified.� Additional information or updates will be posted at the www.beta.sam.gov website.� It is the responsibility of interested parties to check this website regularly for any changes or updates.� Responses to submitted questions will be provided NLT 10 June 2020 on the www.beta.sam.gov website.��� If your firm is capable of providing the requirements described above, please provide a Capability Statement to Rafael Gumbs at rafael.gumbs@us.af.mil and Michael Dargan at michael.dargan.1@us.af.mil by NLT 15 June 2020 @ 1400 CST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2e5b34c798b2462a87b1200d8a217a9c/view)
 
Record
SN05675069-F 20200531/200529230151 (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.