Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOURCES SOUGHT

U -- F-15SA Courseware Development

Notice Date
5/24/2012
 
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
RFI-F15SACoursewareDevelopment
 
Archive Date
6/22/2012
 
Point of Contact
Jesse Stuart Boyter, Phone: 2106529755, Kerry A. Kelly, Phone: 210-652-5513
 
E-Mail Address
jesse.boyter.1@us.af.mil, kerry.kelly.2@us.af.mil
(jesse.boyter.1@us.af.mil, kerry.kelly.2@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 for F-15SA Aircraft Maintenance Differences Training courseware to be used in training initial cadre of contractor instructors and to train RSAF technicians at multiple locations (by the contractor(s) awarded the contract to train RSAF technicians) in the differences between the current RSAF F-15C/D/S and the F-15SA. The courseware/curriculum for the following courses for each specialty identified above is required: a. F-15SA Familiarization Course b. 2A3X1A - F-15SA Fire Control System/Inertial Navigation System Organizational Maintenance Course c. 2A3X1B - F-15SA Auto Flight Control/Instrument Organizational Maintenance Course d. 2A3X1C - F-15SA CNI/TEWS Organizational Maintenance Course e. 2A3X3A - F-15SA Crew Chief Organizational Maintenance Course f. 2A3X3A - F-15SA Engine Run Organizational Maintenance Course g. 2A3X3A - F-15SA Aero Repair Organizational Maintenance Course h. 2A6X1E - F-15SA Engine System Organizational Maintenance Course i. 2A6X1E - F-15SA Secondary Power System Organizational Maintenance j. Course j. 2A6X1E - F-15SA Engine Run Organizational Maintenance Course k. 2A6X3 - F-15SA Egress System Organizational Maintenance Course l. 2A6X4 - F-15SA Fuel System Organizational Maintenance Course m. 2A6X5 - F-15SA Pneudraulic System Organizational Maintenance Course o. 2W1X1E - F-15SA Armament System Organizational Maintenance Course p. 2A6X6 - F-15SA Electrical System Organizational Maintenance Course q. 2A6X6 - F-15SA Environmental Control System Organizational Maintenance Course r. 1P0X1- F-15SA Life Support Organizational Maintenance Course s. Courseware for Engineering plant training for the following: Systems Engineering, Aircraft Structure Engineering, Aircraft Avionics Engineering, and Aircraft Weapons System Engineering. t. Courseware for Senior officers' familiarization course. In addition, AETC CONS is seeking Aircrew Training courseware to be used in training RSAF/USAF/Contractor aircrew at multiple locations by the contractor(s) awarded the contract to train aircrew in F-15SA specific courses. The courseware/curriculum for the following courses for each specialty identified above requires technical data only available from the OEM. Changes in tech data may drive future changes in courseware and syllabi. F-15SA tech data specific courseware to include platform instructional curriculum and curriculum that integrates with or comprised by aircraft simulator training profiles. F-15SA IN-FTU Instructor Upgrade course F-15SA TX-Courses to convert RSAF aircrew from various fighter backgrounds F-15SA MQT-Mission Qualification course taught at RSAF operational bases/units F-15SA B-Course-Basic course for initial qualification aircrew F-15SA RSAF Weapons School syllabi/courseware This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify potential sources and commercial practices in support of the Government's requirements. The information will be used in conducting market research to locate qualified, experienced and interested potential sources. 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. 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. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Jesse Boyter at jesse.boyter.1@us.af.mil or Kerry Kelly at kerry.kelly.2@us.af.mil by 7 Jun 12@ 1400 CST. 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. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. 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", indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" please provide brief information you feel would indicate your capability to mobilize, manage, and finance a service contract such as this; (7) If you indicated your roll will be a "Subcontractor", 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. Recommendations to maximize the efficiency and effectiveness of the anticipated solicitation and resulting contract, to include effective assessment methods, techniques, and best commercial practices in performance of the requirement as outlined above, are welcome. Any questions regarding this posting must be submitted by 4 Jun 2012 in order to allow answers to questions to be publicly posted before the required response date of 7 Jun 12. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. If any questions contain proprietary information such information must be identified. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/RFI-F15SACoursewareDevelopment/listing.html)
 
Record
SN02757736-W 20120526/120525000034-24aa4f61dddb02c8283803f01bac2664 (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.