Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOURCES SOUGHT

U -- Flight Manager Training RFI

Notice Date
8/19/2020 1:11:06 PM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA4452 763 SCONS PKP SCOTT AFB IL 62225-5420 USA
 
ZIP Code
62225-5420
 
Solicitation Number
FA445221F11512
 
Response Due
9/17/2020 10:00:00 AM
 
Archive Date
10/02/2020
 
Point of Contact
Russell D. Lowery, Phone: 6182569850, Keely Webb, Phone: 6182569955
 
E-Mail Address
russell.lowery.1@us.af.mil, keely.webb@us.af.mil
(russell.lowery.1@us.af.mil, keely.webb@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The 763d Enterprise Sourcing Squadron (763 ESS) is seeking qualified businesses for:� Mobility Air Forces (MAF) Flight Manager (FM) Training Support. � CONTRACTING OFFICE ADDRESS:� 763d Enterprise Sourcing Squadron (763 ESS) 510 POW/MIA Dr., Bldg. P40, Suite E1004 Scott AFB, IL 62225��� ����������� INTRODUCTION: This is a Request for Information to determine the availability and technical capability of small businesses to provide the required services for the 618th Air Operations Center Tanker Airlift Control Center (618 AOC (TACC)).� CONTRACT/PROGRAM BACKGROUND: Contract Number:� HC102817C0013 Contract Type:� Firm Fixed Price (FFP) Contract Award Amount: $3,297,062.40 POP: 1 April 2017 � 31 March 2021 Incumbent and their size:� Creative Solutions Consulting, Inc., Cage Code HQ0131, 8(a) Certified Method of previous acquisition: Sole Source through the 8(a) Business Development Program DISCLAIMER: THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP).� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. DESCRIPTION: The 763 ESS is conducting market research to determine qualified, experienced, and interested sources to provide performance for the MAF FM training support. �The information requested by this Request for Information (RFI) will be used within the Air Force (AF) to facilitate decision making and will not be disclosed outside the agency. REQUIRED CAPABILITIES: Capability information submitted in response to this notice must include a brief description of experience (commercial or government) in providing the requirements similar in size and scope to those described in the attached DRAFT Performance Work Statement (PWS). �The capability package must be clear, concise, and complete. �The AF is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.� Capability packages should be limited to no more than five pages.� SPECIAL REQUIREMENTS: All personnel assigned to this task shall be United States citizens and shall possess a minimum of a SECRET Security Clearance as of contract award date.� The contractor shall comply with all appropriate provisions of the security regulations.� Specific security requirements will be identified in a DD Form 254 (Department of Defense Contract Security Classification Specification) provided in the solicitation and the DOD National Industrial Security Program Operating Manual (DOD 5220.22-M). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611512, Flight Training, size standard of $30M, Product/Service Code U099, Education/Training-Other. FUTURE ACQUISITION INFORMATION: Should a future requirement evolve from this preliminary planning process, it is anticipated that the period of performance will be a six-month base period, four 12-month option periods, and an optional six-month Extension of Services.� No acquisition plan has been approved and the procurement strategy is subject to change. The Government intends to solicit this requirement as a competitive 8(a) set-aside, however, it encourages all qualified small businesses socio-economic classes to respond in order to help make a final small business set-aside determination, if any. Projected Request for Proposal (RFP) release is the first quarter of INFORMATION REQUESTED: See Request for Information attachment for full details of information requested and evaluation criteria. SUBMISSION INFORMATION: Vendors who wish to respond to this should send responses via email no later than 12:00 PM Central Time on Friday, 17�September 2020 to russell.lowery.1@us.af.mil. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All Government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Attachment: Draft Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4087775cee104ad98b2c85041743d34d/view)
 
Place of Performance
Address: Scott AFB, IL 62225, USA
Zip Code: 62225
Country: USA
 
Record
SN05766108-F 20200821/200819230207 (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.