SPECIAL NOTICE
U -- RFI FOR CONSOLIDATION OF THE FIGHTER AND BOMBER CAT/CWD REQUIREMENTS - Draft FIGHTER PWS
- Notice Date
- 12/2/2010
- Notice Type
- Special Notice
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- RFI-CONSOLIDATION-of-FIGHTERandBOMBER-REQUIREMENTS
- Point of Contact
- Susan L Dunnigan, Phone: 757-225-6037, Helen L Vaughn, Phone: 757-225-6035
- E-Mail Address
-
susan.dunnigan@langley.af.mil, helen.vaughn@langley.af.mil
(susan.dunnigan@langley.af.mil, helen.vaughn@langley.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Fighter Performance Work Statement THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever or form a binding contract or agreement. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with response to this RFI will be solely born by the respondent. Any information submitted in response to this request for which the respondent feels is Proprietary in nature should be clearly marked as such. Any information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for, or suffer any consequential damages for any proprietary information not properly identified as such. Responses to the RFI will not be returned. PURPOSE. The Air Combat Command (ACC) Acquisition Management and Integration Center (AMIC) at Langley AFB, VA is requesting industry's input on the potential consolidation of two separate requirements: Fighter (F-15E, F-15C, F-16, F22-A, F-35 at multiple CONUS locations) Contract Aircew Training (CAT) and Courseware Development (CWD) and the Bomber (B-1/B-52 at Dyess and Barksdale AFBs) CAT/CWD. The purpose of this RFI is to seek information from industry as to whether or not this action is feasible. The Government's budgeted amount for these acquisitions are approximately $75M for the Fighter and $46.8 for the Bomber for a total budgeted amount of $122M. The Government may elect to conduct one-on-one discussions with industry to obtain clarification of the RFI responses or conduct teleconferences. If the Government elects to conduct one-on-one discussions, these discussions will only be held with those companies that responded to this RFI. Further, if one-on-one discussions are determined necessary, no more than 4 members of each respondent's group will be permitted to attend during those discussions. Please note that the Government is under no obligation to conduct these sessions. QUESTIONS. 1. Please provide input as to whether or not consolidation of the Fighter (F-15E, F-15C, F-16, F22-A, F-35 for performance at multiple CONUS locations) and Bomber (B-1/B-52 for performance at Dyess and Barksdale AFBs) Contract Aircrew Training (CAT) and Courseware Development (CWD) requirements is feasible. Please explain in detail your rationale as to why or why not. Please base your inputs on the draft Performance Work Statements for each requirement, attached. 2. Would the consolidation of these two requirements result in measurably substantial benefits or efficiencies to the Government such as: a) Cost savings or price reductions. Please explain. b) Quality improvements that will save time or improve or enhance performance or efficiency. Please explain. c) Better terms and conditions. Please explain. d) Other benefits. Please explain. 3. What risks to the Government would be created by the consolidation of these two requirements? Please explain. 4. To the extent of your knowledge of Air Combat Command CAT/CWD requirements, are there other opportunities for consolidation that the Government should consider? Please explain. 5. Is a Small Business concern capable of performing these services at this magnitude if these requirements were to be combined into one acquisition? 6. As a Small Business concern, would you submit a proposal if these requirements were combined into one effort? 7. If your company is a Small Business under the assigned NAICS code of 611512, and would submit a proposal as a Prime Contractor for this combined requirement, please provide a statement to the fact that your company would perform at least 50% of the cost of the contract incurred for personnel with its own employees. (Reference FAR Clause 52.219-14 (b)(1) and Code of Federal Regulations, Title 13, Volume 1, Chapter 1, Sec. 125.6 (limitations on subcontracting)). SUBMISSION OF RESPONSES. All responses shall be submitted via email to Ms. Susan Dunnigan at susan.dunnigan@langley.af.mil and Ms. Helen Vaughn at helen.vaughn@langley.af.mil by NLT 1600 hrs (4:00p.m. EDT) on Wednesday, December 8th. The Government will provide an email confirmation of receipt of information. If you have difficulty in emailing your response and/or an email confirmation of receipt is not received, then you are encouraged to contact Ms. Susan Dunnigan at (757) 225-6037. Please include the following information about your organization in your response: Name of Organization: Address: Telephone Number: Point(s) of Contact: E-Mail Addresses: Size of Business: ________ Small _________ Large If respondent is a Small Business, please provide Status of Business: SBA 8 (a) Business Development Program Concern: _________ Historically Underutilized Business (HUB) Zone Concern Small Disadvantaged Business Concern: _________ Veteran-Owned Small Business Concern: _________ Service-Disabled Veteran-Owned Small Business Concern: _________ Women-Owned Business Concern: ___________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/RFI-CONSOLIDATION-of-FIGHTERandBOMBER-REQUIREMENTS/listing.html)
- Place of Performance
- Address: Multiple CONUS Locations, Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02337680-W 20101204/101202234523-5ead4528c600e4d36db3cb1ac6f20114 (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 |