SOURCES SOUGHT
U -- Contracted Flight Training Service (CFTS)
- Notice Date
- 1/26/2009
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- 325CONS-CFTS-RFI
- Archive Date
- 2/26/2009
- Point of Contact
- Joe Adams,, Phone: 850-283-8637, Aleatha Walker,, Phone: 850-283-0431
- E-Mail Address
-
joseph.adams@tyndall.af.mil, aleatha.walker@tyndall.af.mil
- Small Business Set-Aside
- N/A
- Description
- The 325th Contracting Squadron, Tyndall AFB FL, is in the process of determining the acquisition strategy for our Contracted Flight Training Service. This is a request for information (RFI) and not a formal solicitation. Any formal solicitation will be announced separately and at a later time. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Contracting Officer, by potential offeror's or their employees regarding this requirement is strictly prohibited. The contracting officer will endeavor to post all information regarding this solicitation as soon as it becomes available. The Air Force is interested in determining if sufficient and qualified small businesses are available and interested in providing the contemplated service for the period of 1 Oct 2009 through 30 Sep 2010, with five (5) one-year options. The Air Force reserves the right to set-aside this entire acquisition for small business; however, we invite both large and small businesses to address the questions below. At this time, the Air Force is only interested in identifying interested and capable contractors for this service, as part of the market research effort. The purpose of posting this RFI is to locate capable businesses that are interested in performing a non-personal service contract that provides flight training services using contractor provided turboprop or high performance piston engine type aircraft at Tyndall AFB, FL. Training to be provided includes Battle Management Command and Control (BMC2) target training (both air-to-air and air-to-ground), live-fire training, weapons system evaluations, and MAJCOM directed development test and evaluations at Tyndall AFB, FL. The contractor shall be required to provide approximately 5,200 flight training hours annually. The aircraft must be equipped to carry government furnished telemetry relay equipment. Aircrew shall obtain and maintain specialized training and qualifications to fly the aircraft. Pilots shall have a current Commercial Pilot License with Instrument Privileges, at least a minimum of five-year experience in fighter, bomber or Close Air Support aircraft, USAF flight line operations, and BMC2 procedures. Additionally, Pilots shall hold a current Battle Management Instructor qualification and teach basic airmanship subjects to Undergraduate Air Battle Management (UABM) students both on the ground and during flights and pass an annual Battle Management Checkride conducted by the government. BMC2 air-to-air training includes conducting 2v2 and 2v3 targeting scenarios (tactical intercepts) and teaching UABM students targeting tactics, techniques, and procedures. BMC2 air-to-ground training includes conducting 2-ship Dynamic Targeting and Close Air Support and teaching UABM students proper tactics, techniques, and procedures. BMC2 academic and flying airmanship training includes teaching UABM students selected portions of aviation ground school with reinforcement training on aircraft flights. Live-fire training, weapons system evaluation, and MAJCOM directed test and evaluation support includes carrying an associated relay subsystem and flying an orbit which support appropriate data forwarding for various missions ensuring a designated number of aircraft are on strip alert to ensure no delays in testing. Maintenance supervisor shall have the following certification: Federal Aviation Administration (FAA) Air Frame and Propulsion (A&P) License and all other maintenance personnel shall be certified in accordance with the applicable FAA directives for their respective duties. The total period of performance will be six years structured by a basic contract period and up to five (5) option years. We anticipate the contract type will be firm-fixed price, small business set-aside, under NAICS 611512 with the applicable small business size standard of $25.5 million in annual gross receipts. To support the set-aside decision, it is particularly important that potential small business concerns provide industry comments as follows: (1) If you are a Small Business that performs on contracts under NAICS 611512 and plans on participating in the competition of this acquisition, please provide information relative to past performance and/or experience similar to Contracted Flight Training contracts. Information should be sufficient to support your capability to perform these requirements and should include detailed references (contract number, dollar value, scope of services and point of contact with their telephone numbers and whether it was a Government or a Commercial type contract); (2) State your business size (average numbers of employees and approximate annual gross revenue; (3) Under which NAICS code(s) does your company usually perform government contracts (if applicable); (4) Please list your specific small business status (if applicable) for your company whether (a) HUB Zone Small Business; (b) Small Disadvantaged Business; (c) 8(a) Firm; (d) Women-owned Small Business; (e) Service-Disabled Veteran-Owned Small Business; (f) Veteran-Owned Small Business; and (g) other (explain); (5) Please provide your company's name, CAGE code, DUNS, Tax ID Number (TIN), address, point of contact, telephone number, and e-mail address; (6) Please provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to Tyndall AFB, FL. All responses must be provided no later than 1700 CST 11 Feb 2009. Firms should provide their information via e-mail to 1Lt Joe Adams, Contracting Officer, at joseph.adams@tyndall.af.mil or Ms. Aleatha Walker, Contracting Officer, at aleatha.walker@tyndall.af.mil NLT 1700 CST 11 Feb 2009. Internet and E-mail capabilities are mandatory as is Central Contractor Registration (CCR). Based on information received, a Synopsis may be issued on or about 1 Mar 2009, on Federal Business Opportunities (www.fbo.gov). No paper (hard-copy) copies will be issued and requests for paper solicitations will not receive a response.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ac53a6fa453f1c3f4d42ae5dd8c17b82&tab=core&_cview=1)
- Place of Performance
- Address: Tyndall Air Force Base, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN01737731-W 20090128/090126214635-ac53a6fa453f1c3f4d42ae5dd8c17b82 (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 |