SOLICITATION NOTICE
U -- PACAF Ready Aircrew Program (RAP) Bridge Contract
- Notice Date
- 11/28/2023 1:12:24 PM
- Notice Type
- Presolicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- FA5215 766 ESS PKP JBPHH HI 96860-4928 USA
- ZIP Code
- 96860-4928
- Solicitation Number
- FA521524R0002
- Response Due
- 12/27/2023 5:00:00 PM
- Archive Date
- 12/28/2023
- Point of Contact
- Christian S. Freire, Phone: 8084764256
- E-Mail Address
-
christian.freire@us.af.mil
(christian.freire@us.af.mil)
- Description
- PACAF RAP BRIDGE CONTRACT The 766th Enterprise Sourcing Squadron (ESS) located at JBPH-H, Oahu, Hawaii, intends to award a single firm fixed-price contract on a sole source basis to current contract incumbent, Delaware Resource Group, LLC, in accordance with FAR 6.302-1(a)(2)(iii)(B) to bridge services between the PACAF Ready Aircrew Program (RAP)/Aircrew Upgrade Training and Site Security Management Services contract FA521518C8010, continued contract FA521522C0006, and the award of the recompete requirement. The need for a bridge contract arose from the GAO Post-Award Protest, File number B-422057.2, received on 4 October 2023 under task order FA521523F0018. The protest required a service suspension until a decision is made, on or about 12 January 2024, creating the need for an extended duration in services.�In accordance with FAR 6.305(a), a redacted justification and approval document will be made publicly available within fourteen (14) days after contract action. RAP requirements are needed to develop mission ready aircrews by providing Contract Instructor Pilots (CIPs) and Mission Training Contract Instructors (MTCIs) to: (1) Instruct simulator Ready Aircrew Program (RAP)/Distributed Mission Operations (DMO)/ Live-Synthetic-Blended (LSB) and Distributed Live Control tactical and basic mission events. (2) Instruct aircrew upgrade training and academic support simulator training. �(3) Develop and manage realistic scenarios in support of RAP/DMO/LSB tactical mission events training, Distributed Live Control events and aircrew basic skills mission training. �(4) Maintain daily utilization logs and provide status on each aircrew member�s simulator mission and academic training completion to the local training officer unit representatives. (5) Operate the Mission Training Center (MTC)/Unit Training Device (UTD)/Weapons and tactics Advanced Sustainment Program (WASP)/Weapons and Tactics Trainer (WTT) consoles in support of Air Force and Joint RAP/DMO/LSB battlefield tactical event exercises, Distributed Live Control events and basic mission skills training. (6) Perform as an event manager in support of Air Force and Joint RAP/DMO/LSB battlefield tactical exercises and Distributed Live Control events. And (7) Provide site security management at three locations: Joint Base Elmendorf Richardson (JBER), Alaska; Joint Base Pearl Harbor-Hickam (JBPH-H), Hawaii and Kadena AB, Okinawa Japan.� This entails Personnel Security functions, Information Security functions and Physical Security functions over the Government provided aircrew training facility and support equipment, aircrew training devices, aircrew training products and training facility personnel when these services are not provided by Government agencies or Contractor Logistic Support (CLS) contractors.��� RAP services are required in six locations: Joint Base Pearl Harbor-Hickam, HQ PACAF (JBPHH), HI; Joint Base Elmendorf -Richardson (JBER), AK; Osan Air Base (AB), Republic of Korea (ROK); Kunsan AB, ROK; Kadena AB, Okinawa Japan; and Misawa AB, Japan The North American Industry Classification System (NAICS) code for this work is 611512 � Flight Training with a size standard is $34,000,000.00.� The period of performance for this bridge contract is up-to one year. That is a 1-to-2-month base period; a 4-to-5-month option period, and the possibility to exercise up-to 6 additional months under FAR 52.217-8 extension of services. This notice is published for information purposes only and is NOT a Request for Proposal (RFP). All responsible sources may submit a capability statement, to include detailed technical information, demonstrating the company's ability to meet the requirements herein without disruption to services. A determination not to compete the proposed bridge contract requirement based upon responses received rests solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. Please contact the Contracting Officer, Ms. Natasha Wilson at �natasha.wilson.3@us.af.mil or Christian S. Freire at christian.freire@us.af.mil by 1500 HST no later than 27 December 2023 for all questions and concerns. The 766 ESS intends to award this bridge contract on or about 12 January 2023, pending GAO decision.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0bb057ddff2644b4b669b78b66f0bee3/view)
- Place of Performance
- Address: Honolulu, HI 96814, USA
- Zip Code: 96814
- Country: USA
- Zip Code: 96814
- Record
- SN06895780-F 20231130/231128230042 (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 |