Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2022 SAM #7482
SOURCES SOUGHT

U -- Joint Terminal Attach Controller (JTAC) Close Air Support (CAS) II

Notice Date
5/24/2022 4:41:49 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA5641 764 ESS PK APO AE 09094-3187 USA
 
ZIP Code
09094-3187
 
Solicitation Number
FA564122JTAC
 
Response Due
6/9/2022 1:00:00 AM
 
Archive Date
06/10/2022
 
Point of Contact
Pamela Black, Phone: 4963153608441, Anthony Monsivais, Phone: 4963714058857
 
E-Mail Address
pamela.black@us.af.mil, george.monsivais@us.af.mil
(pamela.black@us.af.mil, george.monsivais@us.af.mil)
 
Description
Introduction The 764th Specialized Contracting Squadron intends to solicit Joint Terminal Attack Controller (JTAC) Close Air Support (CAS) Training Support services in support of the United States Air Forces in Europe (USAFE), Warrior Preparation Center (WPC), 4th Combat Training Squadron (CTS), and 4th Air Support Group (ASOG) and subordinate units in their primary training areas in Germany. The Draft Performance Work Statement (PWS) is provided for more detailed information regarding this requirement. NAICS CODE: 611512 � Flight Training This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). This Request for Information (RFI) is part of ongoing Government conducted market research for planning purposes; it is NOT a solicitation. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation. The Government will not provide reimbursement for costs associated with this request. Responses shall 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 RFI is strictly voluntary; responses will not be returned. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP. The submitted documentation, upon delivery, becomes the property of the US Government and will not be returned. Purpose This synopsis helps the Government to ensure there is adequate competition among potential contractors. The Government will gain knowledge of interested, qualified companies and their capability of satisfying this requirement. This market survey is for information only and the type of solicitation will depend upon responses to this RFI.� Questions Interested contractors are asked to provide their responses to the following questions regarding the attached Draft PWS: Company Name: Company Address: Primary POC/Email/Phone Number: DUNS/CAGE: Is your company able to meet German Airworthiness requirements (concerning night flying restraints, frequency issues, Air Traffic Control mandates, VDL/LST pod) under a US contract and fulfill all parts of the PWS as written with specific focus on PWS Table 1, Aircraft Capability and Table 2, Equipment Capabilities? If not, please specify why. Describe what type of aircraft would be proposed to conduct training which meets the aircraft capabilities requirements of the draft PWS.� What capabilities, if any, cannot be met? Describe the equipment requirements would be proposed to conduct training which meets the equipment requirements of the draft PWS.� What capabilities, if any, cannot be met Does your company have all the required permits to fly your aircraft in Germany under a US contract, day or night?� If not, when could you get the required permits approved? What are the weather limitations of the aircraft your company would use to execute the capabilities outlined in the provided PWS?� What would be your proposed solution to overcome inclement weather? If your company uses multiple aircraft types that can fulfill the requirements in this PWS, could you provide an estimated cost per flying hours for each aircraft? Would it be feasible to bill flying hours by aircraft type? The focus of this question is what aircraft can be utilized during inclement weather that may not meet the Aircraft Thresholds in the PWS and the cost per flying hour for those aircraft. Is your company able to meet the commute/ferry time requirement as specified in the draft PWS, paragraph 1.2.5.4.? What would your company view as a minimum number of billable hours per year to be a viable contract? What would your company estimate to be a viable cost per flying hour to execute the capabilities as outlined in the provided PWS? What is your company�s level of interest in this requirement? What type of CLIN structure is recommended for this contract effort? Responses are requested as soon as possible but not later than 9 June 2022, 10:00 hours Central European Time (CET). Responses or questions shall be only submitted via e-mail to �pamela.black@us.af.mil and george.monsivais@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a73a1ab23ea4c88b797c4caaf67fd27/view)
 
Place of Performance
Address: Ramstein AB, AE 09012, DEU
Zip Code: 09012
Country: DEU
 
Record
SN06337439-F 20220526/220524230127 (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.