MODIFICATION
U -- Vehicle Training for Egypt
- Notice Date
- 3/13/2013
- Notice Type
- Modification/Amendment
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, JBSA Randolph, Texas, 78150-4302, United States
- ZIP Code
- 78150-4302
- Solicitation Number
- FA3002-Egypt-VehicleTng
- Archive Date
- 12/1/2012
- Point of Contact
- Teresa L. Yancey, Phone: 210-652-3672, Kerry A. Kelly, Phone: 210-652-5513
- E-Mail Address
-
teresa.yancey@us.af.mil, kerry.kelly.2@us.af.mil
(teresa.yancey@us.af.mil, kerry.kelly.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: The Air Education and Training Command (AETC), Contracting Squadron, LGCI is seeking sources for the following vehicle training: Medium Wrecker Holmes 600R 16 Ton Rotator Vehicle, Allianz Runway Sweeper model RT-655 and Kovatch Refuel Truck (over wing nozzles), and NMC-Wollard (NSN 1740-01-375-5849YW) Tow Tractor and Hyster HF100FT Forklifts with 4K and 10K capacity in support of Foreign Military Sales (FMS) acquisition program located at Randolph AFB, TX. The REQUEST FOR INFORMATION (RFI) is being issued to help determine the availability of qualified companies technically capable of meeting the Government requirement. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will quotes. No award will be made as a result of this RFI. The Government will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This FedBizOps sources sought notice is strictly for market research. Acknowledgment of receipt of response will not be made, nor will respondents be notified of Government's evaluation of the information received. As a result of this RFI, the Government may issue a RFP; however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the RFI (e.g. use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). All respondents are requested to identify their firm's size and type of business (e.g. large business, small business, service disabled, HUB zone, 8(a), etc.) The North American Industry Classification System (NAICS) code is 611519, size standard $7.0M. Be advised that the below contractor will be reviewing submissions / responses to this RFI and has signed a proprietary information non-disclosure agreement between his firm and the government that precludes him from divulging any proprietary data to which will be gained during review / evaluation of submissions. Company: Booz Allen Hamilton Engineering Services LLC. Name: Stan Falcon Phone: 210-652-8194 Training for each vehicle should include the following: Class size and Duration - - Course 1 : "Medium Wrecker Holmes 600R 16 Ton Rotator" vehicle with international chassis--2 week course for 2 students. Course 2 : Allianz Runway Sweeper model RT-655 and Kovatch Refuel Truck (over wing nozzles) -- 4 week course for 4 students. Course 3: NMC-Wollard (NSN 1740-01-375-5849YW) Tow Tractor and Hyster HF100FT Forklifts with 4K and 10K capacity--3 weeks for 2 students. Vehicle Training - Contractor will provide engine and transmission diagnostic repair, electrical system diagnostic repair, general subsystem diagnostic and repair using scan tools supporting each vehicle (if applicable) and servicing, including scheduled and preventative maintenance. Mode of instruction should be a mix of 40% academics (classroom) and 60% hands on training (laboratory, on vehicle). Students should be trained on exact vehicles or similar vehicle with similar characteristics. Total training period should not exceed four (4) weeks and should be for no more than six (6) hours of instruction per day five days a week. ALL students will be able to speak and write English and will come from a vehicle maintenance background. Training facility - Contractor will provide certified center anywhere in the United States with qualified staff and instructors. Student support - Contractor will provide to eight (8) Egyptian Air Force (EAF) officers extended stay lodging facilities (hotel, furnished apartment) equipped with refrigerator, microwave, stove top and cooking utensils (one bedroom for each officer). Transportation - Contractor will provide roundtrip transportation from airport to hotel, local ground transportation to and from hotel to training facilities, and a once a week shopping trip to local supermarket so student can purchase provisions. (shopping will not exceed 2 hrs, and will not be farther than 25 miles round trip). Student Clearance -Students will be on government invitational travel orders (ITOs) and sponsored by the state department. All students receive clearance from Homeland Security and State Department. Round trip Air Transportation from Egypt to US and per diem will be provided for each student by the USG. Desired Training Date- On or before 30 June 2013. If your firm is capable of providing the requirements described above, please provide a Capability Statement and ROM to Teresa Yancey @ teresa.yancey@us.af.mil or Kerry A. Kelly @ kerry.kelly.2@us.af.mil no later than 27 Mar 13 @ 1200 noon 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. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permi
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-Egypt-VehicleTng/listing.html)
- Place of Performance
- Address: Contractor provided Facility CONUS, United States
- Record
- SN03010802-W 20130315/130313234622-176d19df507ae96425598d0a57a93cdb (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 |