SOURCES SOUGHT
D -- Sources Sought Notice for Development of International Targeting Course
- Notice Date
- 5/23/2008
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Goodfellow AFB, Contracting Squadron, 210 Scherz Blvd, Bldg 707, Goodfellow AFB, Texas, 76908-4705
- ZIP Code
- 76908-4705
- Solicitation Number
- F1Z50B8140A001
- Point of Contact
- Rosa Krauss, Fax: 325-654-4427, Maria D Cachola,, Fax: 325-654-4427
- E-Mail Address
-
rosa.krauss@goodfellow.af.mil, maria.cachola@goodfellow.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice. Reference Number F1Z50B8140A001. Below is partial Performance Work Statement (PWS), still in its very infant drafting stages, and is subject to change. TASK: Development of the International Targeting Course. INTRODUCTION: The 315 Training Squadron (TRS) has been directed to develop International Targeting Course, 80 hours in length. The course will be unclassified at this point derived/revised from the current Conventional Weaponeering Fundamentals (MTT) and Combat Targeting Corse (CTC). SCOPE OF WORK. Contract personnel shall develop, maintain, revise, and instruct the International Course in accordance with applicable AFIs, AETCIs, local supplements, and guidance from scheduled and non-scheduled inspections, the Training Development Element (TDE). Squadron personnel for the duration of the contract. Course control documents, Lesson plans, Student materials, PowerPoint products produced by the contractor shall effectively deliver instruction at the level commensurate with established CTS task performance, task knowledge, and subject knowledge levels, or when directed by the pertinent training squadron representative (through the COR or ACOR), to a level higher or lower than that prescribed by established CTS task performance, task knowledge, and subject knowledge levels. Compliance will be measured through Government established, directed, and executed training validation processes. MANAGEMENT AND PERSONNEL. The contractor shall provide all project management and personnel to support the requirements of this PWS. As currently envisioned, this PWS will require the services of contract personnel over the 12-month span of the contract and each additional 12-month option year. Personnel provided shall possess a minimum of 2 years targeting experience at the component level or higher level command; be eligible Single Scope Background Inspection in order to meet SCI clearance level. Individual shall posses an associate degree and be capable for completing with the Basic Instructional Course (BIC) to meet Community College of the Air Force (CCAF) requirements. Contractor shall be a graduate of an accredited service or Joint level targeting school, i.e. CTC or JTS. Contractors shall be required to track, update all database systems reflecting courseware, student enrollments to include but not limited to Designer Edge (DE) and Technical Training Management System (TTMS). Personnel provided shall posses experience and/or knowledge in all/some of the following areas, with experience as military or government civilian preferred: listed in the Course Training Standard (CTS), and topics listed out in the Course Chart found located in the current Course Resource Estimate (CRE). Topics may include, but are not limited to: Introduction of Targeting, Target Development, Weaponeering Assessment, and Force Applications and Execution Planning. Personnel shall be able to travel both CONUS and O-CONUS as required by HQ AETC and State Department requirements. PLACE OF PERFORMANCE/HOURS OF OPERATION. All tasks and phases of the effort associated with this PWS shall be performed in 17 TRG-provided and controlled facilities at Goodfellow AFB, TX. Working hours for the execution of the requirements specified in this PWS shall be the industry standard forty-hour workweek, with access to designated 17 TRG provided and controlled facilities permitted between the 0700 and 1700 time period, Monday through Friday. Excluding Federal Holidays and AETC Family Days. Off station instructing will be required to include both CONUS and O-CONUS locations, resulting in possible weekend and non-standard work days for travel. Contractor requested work hours other than the standard work hours shall require advance written approval from the Contracting Officer. //End of draft PWS//. This is a new requirement, and therefore, there is no incumbent contractor or existing contract in place. No decisions have been made as to a possible set aside. The proposed NAICS code is 541511. The period of performance is expected to last 12 months for the base period, with 3 to 4 option years. The planned award date is before end of fiscal year 2008, depending on what the government finds in its market research (including this sources sought notice responses). The government is not requesting capabilities statements at this time. We are only looking to find out if and how many businesses are out there that may be capable of meeting the government's needs. If you are interested, please submit a Letter of Interest, state your business size, and state that you believe your company can meet the government's needs as stated in the partial Performance Work Statement. It must also include point of contact information, such as company name, POC name, address, phone number, fax number, and email address. The Letter of Interest and requested information may be submitted via email to rosa.krauss@goodfellow.af.mil, or via fax at 325-654-4427, Attn: 2Lt Rosa Krauss. At this time, please do not submit any supporting information as it will not be evaluated. Questions to this Sources Sought Notice must be submitted via email only to rosa.krauss@goodfellow.af.mil, no later than Monday, 2 June 2008, 1100 hours, Central Standard Time. Questions will be accepted via email only. No phone calls, please. Thank you!
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5ad455e02dadaf074e02e05501e3aa55&tab=core&_cview=1)
- Record
- SN01580042-W 20080525/080523215153-5ad455e02dadaf074e02e05501e3aa55 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |