Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOURCES SOUGHT

U -- Rackmount Improved Avionics Intermediate Shop Training

Notice Date
12/29/2011
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-12-X-0001
 
Point of Contact
Suzanne Davenport, Phone: 2106522425
 
E-Mail Address
suzanne.davenport.1@us.af.mil
(suzanne.davenport.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable contractors to provide non-personal services in support of the Royal Norwegian Air Force (RNoAF) to train up to 10 personnel on the Rackmount Improved Avionics Intermediate Shop (R-IAIS) Training. Place of performance is Bodoe Air Base, Norway. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is not a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Should a future requirement evolve from this preliminary planning process, it is anticipated the period of performance will be one year. It is also anticipated the type of contract will be a Firm Fixed Price contract. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512, Flight Training and the small business size standard is $25.5 Million. Description of Services Requirement. (Note: The description herein is a summary of anticipated services and is not intended to be all-inclusive.) Comprehensive training will be on the R-IAIS supporting the F-16 aircraft. Model number of the equipment is as follows: R-IAIS, NSN 4920-01-538-6006WF, P/N: 2218000-201, S/N: 12436C0030. Training will be at the basic level required for maintenance operators and technicians to maintain station availability to perform required activities. Students will have minimal to no current experience on this equipment. R-IAIS training shall include the following: Introduction to R-IAIS; R-IAIS Technical Orders; Fundamentals of Digital Logic; Practical Microprocessors; ATLAS Programming; Computer & Peripherals; Power, Stimulus & Measurement; ABE and Protocols; Optical Test Branch; Microwave System; Air Data Test Set; and IAIS MSU/MMU. Training shall provide the operational student with the knowledge and skills that will allow them to operate the system to test and repair F-16 Line Replaceable Units. Upon completion of the course, students shall have a common understanding of R-IAIS software, operation, maintenance, troubleshooting techniques, concepts, principals, theory, and symbology. Students shall have the ability to independently operate and troubleshoot the equipment. Students shall also have the ability to perform limited maintenance on the equipment. The RNoAF will provide access to all training facilities, equipment, and/or consumables provided and utilized by the contractor logistics support (CLS) contractor to facilitate the scheduled training scenario. The contractor shall be responsible for all required support (housing, transportation, medical, administration, personnel support services, etc) for their personnel during the period of performance in-country. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Suzanne Davenport @ suzanne.davenport.1@us.af.mil by 17 January 2012 @ 1400 CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-12-X-0001/listing.html)
 
Place of Performance
Address: Bodoe Air Base, Norway
 
Record
SN02646862-W 20111231/111229234002-d8b380681a5cf5221bf04f6f5d06784a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.