SOLICITATION NOTICE
U -- C2 CAT CWD DL - C2 DRAFT DD 254 Atch 2 - C2 Wage Determinations Atch 3 - C2 DRAFT GFP Atch 4 - DRAFT RFP - C2 DRAFT PWS Atch 1
- Notice Date
- 2/6/2014
- Notice Type
- Presolicitation
- 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
- FA4890-13-R-0126
- Point of Contact
- Gloria D. Caldwell, Phone: 7572256187, Capt Cindy Alexander, Phone: 757-225-3165
- E-Mail Address
-
gloria.caldwell@langley.af.mil, cindy.alexander@us.af.mil
(gloria.caldwell@langley.af.mil, cindy.alexander@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- C2 DRAFT PWS Atch 1 C2 DRAFT RFP C2 DRAFT GFP Atch 4 C2 WD Washington Atch 3 C2 WD Utah Atch 3 C2 WD Oklahoma Atch 3 C2 WD New York Atch 3 C2 WD NC & VA Atch 3 C2 WD Idaho Atch 3 C2 WD Florida Bay Co Atch 3 C2 WD Florida Atch 3 C2 WD Arizona Atch 3 C2 WD American Samoa, HI Atch 3 C2 WD Alaska Atch 3 C2 DRAFT DD254 Atch 2 PRE-SOLICITATION NOTICE FOR FA4890-13-R-0126 : This is a pre-solicitation notice only. Air Combat Command, Acquisition Management Integration Center (AMIC) anticipates issuing the final Request for Proposal (RFP) on or about 20 Mar 2014 with a closing date on or about 22 April 2014. This acquisition will be competed as a 100% small business set-aside. The Government intends to make one award as a result of the RFP on or about 3 Oct 2014 based on the availability of funds. The North American Industry Classification System Code (NAICS) for this requirement is 611512 with a corresponding small business size standard of $25.5M. The primary objective of this contract is for the contractor to furnish all personnel, equipment, tools, materials, supervision and all other items and services that are required to perform C2 Contract Academic Training (CAT), Courseware Development (CWD) and support Distance Learning (DL) for personnel in support of operations, as required, at the Control and Reporting Center (CRC), Battle Control Center (BCC), Air Operations Center (AOC) missions at various locations in ACC, AETC, USAFE, and PACAF; and for ACC/A3CG at Langley AFB, VA, and other locations that may be required in the future, in accordance with the Performance Work Statement (PWS). Performance will consist of a two-month Transition/Phase-In period, one Base Year period and four, One-year Option periods. The Government will use the Internet and email as the primary means of disseminating and exchanging any information concerning this requirement. Interested parties should review the documents posted and provide any comments via e-mail to the Contracting Office. When submitting comments, offerors should provide their company name, address, point of contact, Cage Code, phone and fax number, email address, and business size. It is the offeror's responsibility to monitor the Internet for the release of the final RFP and closing date. The Air Force will consider and respond to all inputs received. Industry response is encouraged to ensure all parties have maximum opportunity to participate in this acquisition and to ensure that the requirement is understood. A pre-proposal conference is tentatively planned to be held on or about 2 Apr 2014. Details will be included in the solicitation. Offerors desiring to participate must pre-register 7 calendar days prior to the Pre-Proposal Conference. An interested parties listing will be posted to FBO to facilitate teaming and subcontracting opportunities. Interested parties are to submit all correspondence pertaining to this requirement in writing to the POCs listed below. Hard copies of documents posted on FBO will not be made available. 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 in a timely manner, you are encouraged to contact the POCs below. Primary POC: Ms. Gloria Caldwell (757) 225-6187 Email: gloria.caldwell@us.af.mil Alternate POC: Capt Cindy Alexander (757) 225-3165 Email: cindy.alexander@us.af.mil Notice to Offerors: 1. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any proposal costs. 2. To be eligible for contract award, offerors must be registered under the applicable NAICS code in the System for Award Management (SAM), which may be found at https://www.sam.gov/. SAM replaces functions formerly performed by Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA), among others. All interested parties are cautioned to ensure that information listed in SAM is current and correct.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-13-R-0126/listing.html)
- Place of Performance
- Address: CONUS AND OCONUS, United States
- Record
- SN03282523-W 20140208/140206234337-365812842648a40bcccf10edf696bcef (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 |