SOURCES SOUGHT
R -- Remotely Piloted Aircraft (RPA) Line Operations Safety Audit (LOSA) - Request for Information (RFI)
- Notice Date
- 8/2/2024 10:32:52 AM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
- ZIP Code
- 23666
- Solicitation Number
- FA4890_24_RFI_RPA_LOSA
- Response Due
- 8/13/2024 11:00:00 AM
- Archive Date
- 08/28/2024
- Point of Contact
- Mr. Chris Hebert
- E-Mail Address
-
christopher.hebert.5@us.af.mil
(christopher.hebert.5@us.af.mil)
- Description
- 1.0 Description?� 1.1 Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB, VA is developing the acquisition strategy for a procurement for Remotely Piloted Aircraft (RPA) Line Operations Safety Audit (LOSA) services. This RFI and Synopsis is one of the elements of the government�s market research.??� 1.2 The RPA LOSA services shall provide threat and error identification during flight crew performance and flight operations. As outline in the Federal Aviation Administration Advisory Circular Number 120-90 dated 27 April 2006. This process, commercially referred to as a Line Operations Safety Audit (LOSA), and provides a rigorous and methodical assessment of the safety strengths and weaknesses in normal flight operations of RPA CAF aircraft and aircrews. ?� 1.3 The period of performance is anticipated to consist of one (1) year with an estimated award date of 01 November 2024. ?� 1.4 The applicable North American Industry Classification System (NAICS) for this requirement is 541690 which is defined as Other Scientific and Technical Consulting Services. The small business size standard is $19 million. ?� 1.5 This announcement is an RFI and Synopsis for market research purposes only. This is NOT a Request for Proposal or a Request for Quote. This requirement may be set aside for small business participation pending the interest received in response to this RFI and Synopsis. ?� This RFI and Synopsis are posted on the SAM.gov website. Hard copies of documents will not be provided by the Government.???� 2.0 Requested Information?� 2.1 All interested parties should forward the following information in response to this RFI and Synopsis review in electronic format using Microsoft Office 365 and/or Portable Document Format (PDF) using Adobe Acrobat Pro or later. All documents must be electronically searchable. All documents shall be virus checked by the originator prior to submission.??� � � �a.? Company name?� � � �b.? Company point of contact (POC) to include telephone number and email address?� � � �c.? Company address?� � � �d.? Company telephone number (main incoming telephone number, if different than b. above)?� � � �e.? Business size under NAICS 541690. Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.5 above?� � � �f.? Statement of GSA or other contract(s) that can be used for this requirement under NAICS 541690.?� � � �g. In addition, the Government is requesting industry input on the below questions concerning the RPA LOSA requirement. ??� � � � � � 1. For Market Research purposes ONLY, provide the Government an estimate for Labor for Line Operations Safety Audit (LOSA) services for 12 months in accordance with the Government PWS. No further breakdown is required.�� � � �h.? Capabilities Package of no more than ten 8X11 pages outlining key business abilities relevant to the performance of this requirement using a font no smaller than Times New Roman 12 with proprietary information clearly marked and segregated from other information provided. Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft RFP.? Firms should state if there is interest to participate as a prime contractor or subcontractor.??� � � �i. The facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work.??� � � �j.? Capabilities Package should describe relevant contract experience offered to government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name, mailing address, email address, telephone number, and the company�s website (if applicable). Submitted information should be UNCLASSIFIED. ?� 2.2 All companies, both large and small, are requested to submit Capabilities Packages to this office no later than 12 noon Eastern Time on 10 August2024. Title your email �XYZ Capabilities Package for RPA O&M Recompete� (insert your company�s name in place of �XYZ�).???� 2.3 Potential offerors should forward a request for a DoD SAFE link from christopher.hebert.5@us.af.mil no later than 12 noon Eastern Time (Virginia) on 12 August 2024 for transmission of Capabilities Packages to satisfy items (a) through (j) above). The government will provide email confirmation of all Capabilities Packages received. If companies do not receive an email confirmation after submitting Capabilities Packages, please contact Mr. Christopher Hebert by email to verify receipt. All information provided by interested parties will become property of the U.S. Government and will not be returned to the originating parties. If the government elects to destroy the Capabilities Packages, destruction certificates will not be provided.??� 2.4 The government will consider all information submitted by interested parties in response to this RFI/Synopsis/DRAFT RFP Review. The government intends to use the internet and email as the primary means of disseminating and exchanging information.???� ?� 3.0 Additional Information??� 3.1 Funds are presently not available at this time for this requirement. The government�s obligation for this requirement is contingent upon availability of appropriated funds from which payment for this requirement can be made. No legal liability on the part of the government for payment of this acquisition may arise until funds are made available to the Contracting Officer for this requirement.??� 4.0 OMBUDSMAN DAFFARS 5352.201-9101 (JUL 2023)?� As prescribed in?DAFFARS 5301.9103, OMBUDSMAN (JUL 2023)?� (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.?� (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).?� (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC KC Ombudsman supporting ACC, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372). The alternate Ombudsman is the Civilian Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372). Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.?� (d) The ombudsman has no authority to render a decision that binds the agency.?� (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.?� (End of clause)?� ?� 5.0 Summary?� THIS IS A REQUEST FOR INFORMATION ONLY to identify potential prime and small business contractors that are capable to provide non-personal RPA LOSA services under a Firm Fixed-Price contract.??� The information provided herein is subject to change and is not binding on the government. ACC AMIC has not made a commitment to procure RPA LOSA services, and release of this RFI and Synopsis should not be construed as a commitment or as authorization to incur costs for which reimbursement would be required or sought. The Government will not provide any compensation, monetary or otherwise, for companies providing responses.??� All submissions become government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/df7fd4ea37d04b78bc531f9daaca3876/view)
- Place of Performance
- Address: Langley AFB, VA 23665, USA
- Zip Code: 23665
- Country: USA
- Zip Code: 23665
- Record
- SN07155194-F 20240804/240802230123 (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 |