Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2013 FBO #4211
SOURCES SOUGHT

U -- Gulfstream Pilot/FE Training - Sources Sought Notice

Notice Date
6/3/2013
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-13-R-0019
 
Point of Contact
Jacqueline M. McGlone, Phone: 6182569826, Jennifer L. Gasparich, Phone: 618.256.9978
 
E-Mail Address
Jacqueline.McGlone@us.af.mil, jennifer.gasparich@us.af.mil
(Jacqueline.McGlone@us.af.mil, jennifer.gasparich@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Areas Draft PWS The United States Air Force, Headquarters Air Mobility Command (HQ AMC) is seeking sources for the contemplated follow-on contract for the USAF Gulfstream Aircraft Pilot/FE Training effort. This sources sought is issued for information and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this sources sought. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this sources sought. This FedBizOpps notice is an announcement seeking market information on businesses capable of providing the services as described herein. AMC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this sources sought will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a one year base period, plus four one-year option periods. The estimated start date is October 2014. This sources sought is seeking sources experienced in providing Initial and Refresher Academic and Simulator Training and a variety of technical courses for USAF Gulfstream pilots, Flight Engineers, and Communications Systems Operators (CSOs) operating Gulfstream series aircraft. The required training includes the following: Initial and Refresher Pilot/Flight Engineer Training, Differences Pilot/Flight Engineer Training, Pilot/Flight Engineer Proficiency Training, Executive Airlift Training Center (EATC) Pilot/Flight Engineer Proficiency Training, Senior Officer Training, Head-Up Display (HUD), Enhanced Vision System (EVS) Training, Supplementary Simulator Training, Crew Emergency Training, Introduction to Advanced/Automated Cockpits Training, Initial Maintenance Training, Engine Run and Taxi Training, Maintenance Differences Training, Operational Maintenance Training, Avionic Maintenance Training, Cabin Communications Training, and Cabins Systems Management Training. A draft PWS is provided as an Attachment. Please note that this PWS is in DRAFT form and actual tasks required may change prior to solicitation. Please fill out the attached Performance Areas document to determine the percentage of training your company can provide. Please include in the Capability Statement whether or not your company (including teaming partners) is capable of providing all of the required training and simulators. If unable to provide all of the required training/simulators, please specify which training/simulators your company can provide and which training/simulators your company cannot provide. The acquisition strategy for this effort has yet to be decided. The anticipated North American Industry Classification System (NAICS) code for this acquisition is 611512. The small business size standard is $25.5 Million. If your company has an interest in submitting a Capability Statement on the tasks described above, please respond no later than 2:00PM CST 3 Jul 13. Any questions must be submitted by 4:00PM CST 26 June 13. Please provide your questions and Capability Statement to Ms. Jackie McGlone, Contract Specialist, Jacqueline.McGlone@us.af.mil. The Capability Statement should include the following general information and technical background describing your firm's experiences in contracts requiring similar efforts to provide the above services. Please use no more than 10 type-written pages using 10-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, GSA schedules held, and CAGE code. 2. Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, veteran-owned small business, woman-owned small business, HUB zone, minority-owned, etc.). 3. Anticipated teaming arrangements (if applicable). 4. Demonstrate your ability to support Gulfstream Pilot/FE Training as described above and in the Draft PWS. 5. Identify any major risks identified. 6. Comments relating to the Draft PWS. 7. Past/Current Performance Background as it relates to supporting the above requirement to include the following: a. Contract number b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) and Period of Performance e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour f. NAICS code/small business size standard g. Any other information deemed useful to the Air Force
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-13-R-0019/listing.html)
 
Place of Performance
Address: See Draft PWS, United States
 
Record
SN03078458-W 20130605/130603235040-db4bfb61e7bce8b2224cefbf107b98ed (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.