SOURCES SOUGHT
Q -- AFICA Candidate Development Support Services (CDSS) - CDSS PWS
- Notice Date
- 4/21/2015
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA3002-15-RFI-CDSS
- Point of Contact
- Antoinette Davis, , Sheldon Washington,
- E-Mail Address
-
antoinette.davis.1@us.af.mil, sheldon.washington.2@us.af.mil
(antoinette.davis.1@us.af.mil, sheldon.washington.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement REQUEST FOR INFORMATION (RFI) AIR FORCE BATTLEFIELD AIRMEN/COMBAT SUPPORT CANDITATE DEVELOPMENT SUPPORT SERVICES (CDSS) This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI will be treated as information only and will not be used as a proposal. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise as a result of a contractor's submission of a response to this announcement or the Government's use of such information. The information provided may be used by the Government in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. Not responding to the RFI does not preclude participation in any future solicitations, if any. The information provided in this RFI is subject to change and is not binding on the Government. The Government does not intend to issue a solicitation based on this RFI. The information sought in this RFI includes the North American Industry Classification System (NAICS) Code 621999, All Other Miscellaneous Ambulatory Health Care Services, with a small business size standard $15 million. SUMMARY: AFICA 338 SCONS/PKD is conducting market research to gather information on the contractor's capability to effectively physically develop candidates to meet increased Air Force (AF) Battlefield Airman/Combat Support (BA/CS) requirements fulfilling AETC, Air Combat Command (ACC), and Air Force Special Operations Command (AFSOC) requirements directed by Air Force leadership. TECHNICAL DESCRIPTION: This requirement requires professionally and technically experienced personnel to support technical training school requirements while providing guidance on Safety, Nutrition, Physical Fitness Workout Plans, Mental Dexterity, and use of proper exercise techniques to ensure candidates reach their full potential in preparation for the Physical Ability and Stamina Test (PAST). Contractor shall prepare BA/CS candidates for their initial skill training courses for the Pararescue (PJ), Combat Controller (CCT), Special Operations Weather (SOWT), Explosive Ordnance Disposal Technician (EOD), Survival, Evasion, Resistance, and Escape (SERE), and Tactical Air Control Party (TACP) career fields (see attached draft PWS for additional information). RESPONSE FORMAT: Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than ten (10) pages: 1. All interested parties are invited to provide the following information: A. Company Name and CAGE code. B. Mailing Address. C. Point of Contact (to include phone/fax and e-mail). D. Web site, if applicable. E. State if your company is registered under NAICS code 621999 or not. F. State whether your firm is large, small, small disadvantaged, woman-owned small, HUB-Zone, veteran owned, service-disabled veteran owned, or 8(a) certified business concern for NAICS 621999. 2. Describe your capability to meet the technical requirements described in the attached draft PWS. Specifically describe your capability to provide qualified personnel to provide coaching IAW paragraphs 2.3.3. and 2.4.3. 3. Describe your experience with similar requirements to include the type of contract. 4. Explain how you would provide the locations for administering the PAST (PWS paragraph 2.3.1.1.)? 5. Explain your process to identify and employ former PJ, CCT, SOWT, EOD, SERE or TACP personnel who served in various operational positions and have a minimum of 4 years in their community while on active duty. 6. Provide any comments or questions on the draft PWS and/or a firm-fixed price contract type. 7. The contractor will be responsible for ensuring all indemnification insurance requirements are met prior to award of contract. Please identify industry standards and an estimate of costs associated with meeting this requirement. 8. Large businesses will be required to provide a small business subcontracting plan indicating whether or not they can meet DoD minimum subcontracting goals (36% of subcontracts to small businesses, 3% to service-disabled veteran-owned small businesses, 5% to small disadvantaged businesses, 5% to woman-owned small businesses and 3% to Historically Underutilized Business Zones (HUB Zone) small businesses). Subcontractors include any company that is contracted with for services or supplies that would support this contract. If not, please provide a brief explanation why these goals are not appropriate, what percentage could be subcontracted to each small business category, and the basis of the percentages proposed. Also, provide the percentage of the total contract dollars that could be subcontracted to each small business category and the basis of the percentages proposed. NOTE: Small businesses may be located through the Dynamic Small Business Search at http://dsbs.sba.gov. ADMINISTRATIVE INFORMATION: Small Business (SB) Set-Aside Determination. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 3:00 PM (CST), on 11 May 2015. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint and shall be provided via e-mail. You may forward your responses and/or submit questions regarding this RFI to the POCs identified below. Contract Specialist: Antoinette Davis, antoinette.davis.1@us.af.mil Contracting Officer: Sheldon Washington, sheldon.washington.2@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a7cc8b07980c6b3779e8f4c3d92b979c)
- Record
- SN03705646-W 20150423/150421234758-a7cc8b07980c6b3779e8f4c3d92b979c (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 |