Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
MODIFICATION

J -- Afghan Trainer Program - Contractor Logistics Support (CLS) and Maintenance Training

Notice Date
10/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8617-15-R-6199
 
Archive Date
12/31/2015
 
Point of Contact
Phillip P. Donovan, Phone: 9379044246, Leah Meyer, Phone: 9379044216
 
E-Mail Address
phillip.donovan.1@us.af.mil, leah.meyer@us.af.mil
(phillip.donovan.1@us.af.mil, leah.meyer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Afghan Trainer Program for Contractor Logistic Support (CLS) and Maintenance Training Agency: Department of the Air Force Office: Air Force Life Cycle Management Center (AFLCMC) Location: Wright-Patterson Air Force Base, Ohio NACIS code: 488190, Other Support Activities for Air Transportation, $32.5M __________________________________________________________________________________ Pre-Solicitation Conference Notice The purpose of this posting is to announce a Pre-Solicitation Conference to be held 04-06 November 2015 in Kettering, Ohio and update Contracting Officer and Contract Specialist information. The US Air Force, Air Force Life Cycle Management Center, Training Aircraft Division, International Support Branch, Wright-Patterson Air Force Base will conduct a Pre-Solicitation Conference with industry to discuss the anticipated acquisition of Contractor Logistics Support (CLS) and Maintenance training in support of C-208B aircraft for the Afghan Trainer Program. The Pre-Solicitation Conference for prospective Offerors will be held on Wednesday, 04 November 2015, from 8:00 a.m. to 4:00 p.m. (EST) at the Defense Acquisition University (DAU) complex, Building Pod 3, Rm 226, 3100 Research Blvd, Kettering, OH 45420. A briefing will be given by the Government acquisition team on Wednesday morning, followed by an open question and answer (Q&A) period. Industry is encouraged to submit any questions it would like to discuss at the Q&A session in advance, in writing, NLT than Monday, 02 November 2015 via email to Mr. Phillip Donovan at: Phillip.Donovan.1@us.af.mil and courtesy copy (CC) Capt Leah Meyer at: Leah.Meyer@us.af.mil. The US Air Force is also offering interested companies an opportunity to meet informally in one-on-one sessions with the Afghan Trainer Program, Program Management Office (PMO) Team on Thursday, 05 November 2015 and continuing, as needed, through Friday, 06 November 2015. The sessions will be located in Building Pod 3. Times for the one-on-one sessions will be scheduled on a first come, first served basis. These sessions will be limited to not more than one (1) hour. The purpose of the Pre-Solicitation Conference is to afford potential offerors the opportunity to review, comment, or identify any: errors, inconsistencies, ambiguities, or unachievable/un-executable requirements in the Draft Request for Proposal (DRFP). The DRFP will be posted on the Federal Business Opportunities (FBO) website under solicitation number FA8617-15-R-6199 prior to the dates set for the Pre-Solicitation Conference. Also, offerors are encouraged to revisit past information on the FBO website under solicitation number FA8617-15-R-6199 and continue to watch FBO for additional documents posted. Participation is strictly voluntary and in no way affects an offeror's opportunity to submit a proposal in response to the Final Request for Proposal (RFP). If your company would like to either attend the Pre-Solicitation Conference and/or schedule a time to meet with the Afghan Trainer Program PMO Team in a one-on-one session, please confirm your attendance by notifying the point of contact below no later than COB 28 October 2015. Please limit attendance to the Pre-solicitation Conference, including the one-on-one sessions, to no more than three (3) representatives from your company. Participants must submit the names of all attendees, attendees' function, and indicate whether you wish to schedule a one-on-one session to Mr. Phillip Donovan at: Phillip.Donovan.1@us.af.mil and courtesy copy (CC). Capt Leah Meyer at: Leah.Meyer@us.af.mil. Costs incurred as a result of attending the Pre-Solicitation Conference will not be reimbursed by the Government. A record of this meeting will be posted to the FBO website. The record will include minutes of the Government briefing as well as questions (on a non-attribution basis) and answers from the open Q&A session, and individual one-on-one sessions. If additional information is needed or there are questions concerning this announcement, please contact Mr. Phillip Donovan at: Phillip.Donovan.1@us.af.mil and courtesy copy (CC) Capt Leah Meyer at: Leah.Meyer@us.af.mil. Participants will need to make their own hotel reservations. Also, participants will have to plan for their own voice, internet, and email communications; these services may or may not be available at the DAU facility. The event on-site registration table opens at 0800. Participants will be required to wear the issued name-tag in clear sight throughout the event. Handicap access is provided. Meals will not be provided. Limited dining facilities are available at DAU and numerous restaurants are located in the immediate vicinity of DAU. DAU website links are provided for your convenience for parking, entry and hotel information: http://www.dau.mil/Locations/MidWest/default.aspx http://www.flydayton.com/index.php?page=ground-transportation http://www.dau.mil/Locations/MidWest/shareddocuments/KetteringHotelsandFood.pdf http://www.dau.mil/Locations/MidWest/default.aspx Contracting Office Address: 1970 Monahan Way Bldg 1lA, WPAFB, Ohio 45433-7211 Places of Performance: Hamid Karzai International Airport (HKIA), Kabul, Afghanistan and Kandahar, Afghanistan Primary Points of Contact: Contracting Officer, Capt Leah Meyer, Leah.Meyer@us.af.mil, (937) 904-4216. Contract Specialist, Phillip Donovan, Phillip.Donovan.1@us.af.mil, (937) 904-4246 __________________________________________________________________________________ Request for Sources Sought Synopsis (SSS) *** AMENDMENT *** Solicitation Number: FA8617-15-R-6199 15 July 2015 The purpose of this SSS Amendment is to provide Industry a REVISED PWS due to significant changes of requirements. The original SSS posted on 26 May 2015 remains applicable. 1. This SSS amendment and the attached revised Performance Work Statement (PWS) describe an acquisition strategy for an anticipated CLS/Maintenance Training program for the Afghan Trainer Program in Afghanistan. Vendors are encouraged to carefully review the entire PWS as there are multiple changes made throughout the PWS. The changes are too numerous to specify individually. Industry is encouraged to carefully review the revised PWS in its entirety. 2. PoP revised as follows: This CLS/Maintenance Training contract will consist of the following Period of Performance (PoP) of one (1) 12 month base with four (4) x one (1)/year Options: •· Base: 01 Jul 2016 -30 Jun 2017 •· Option 1: 01 Jul 2017 -30 Jun 2018 •· Option 2: 01 Jul 2018 -30 Jun 2019 •· Option 3: 01 Jul 2019 -30 Jun 2020 •· Option 4: 01 Jul 2020 -30 Jun 2021 3. Capability Survey Questions - Industry should respond to the additional questions listed below. Industry need not respond to the original questions in the original SSS posted on 26 May 2015. 1. There will be contract CLINs for transferring 2, 4, and/or 6 aircraft per year to AAF responsibility. Describe your approach for supporting the drawdown of USG aircraft support if any of these CLINs are exercised. See PWS paragraph 1.2.1. 2. Describe your approach to measure On-The-Job (OJT) training to prepare AAF students for the next level of instruction. 3. Describe your concept to flexibility for supporting 40 hours/aircraft/month during fighting season, 20 hours/aircraft/month during non-fighting season with 25% surge capability along with supporting AAF responsible aircraft maintenance, supplemental training and contingency operations. See PWS paragraph 1.2.2. 4. Describe your approach to performing maintenance of AAF responsible aircraft IAW PWS paragraph 3.2.4. 5. Remobilization. Since Afghanistan is an unstable environment there is the possibility that the contractor would have to relocate to another base during the contract period. The contractor can assume that the same level of government furnished services/supplies will be at the new location. Please provide your concerns, if any, to the following scenarios for relocating from Kandahar to another coalition base in a region. Scenario #1: All nine (9) C208B aircraft located at Kandahar will move to the new base, along with tools, support equipment, and contractor personnel. Scenario #2: All nine (9) C208B aircraft located at Kandahar will remain and transition to "AAF responsible" aircraft. The contractor will provide tools and support equipment for purchase by the USG to provide to the AAF for support of the 9 aircraft. The contractor will adjust the number of FAA Airframe & Power plant certified mechanics appropriately to service the smaller fleet size of USG responsible aircraft while retaining the capability to support any requests for the increased size of the AAF responsible fleet. The contractor personnel will move to the new base. 6. Training: Describe your experience with performing aircraft maintenance training of Middle Eastern country personnel in their host country? 4. Additional Information The changing environment and unknown future requirements include, but are not limited to: the security environment, transition, schedule, training, and basic program requirements (technical, place(s) of performance, duration of performance, and US withdrawal strategy). Responses shall be limited to 25 pages. One (1) copy of the response shall be provided in ADOBE ACROBAT (.pdf) format and typographical font of 10 or greater. All responses related to this notice shall be submitted, in writing, via email to charlene.jeong@us.af.mil and the PCO listed below by 4:00 PM (EST) 27 July 2015. Any information submitted by respondents to this SSS is strictly voluntary. This SSS does not constitute a RFP or an Invitation for Bid. SSS issuance does not restrict the USG's ultimate acquisition approach. The USG will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this SSS. Contracting Office Address: 1970 Monahan Way Bldg 11A, WPAFB, Ohio 45433-7211 Places of Performance: Hamid Karzai International Airport (HKIA), Kabul, Afghanistan Kandahar, Afghanistan Primary Point of Contact: Contracting Officer, LaVonne Whitelow, LaVonne.Whitelow@us.af.mil, (937) 904-4165. _________________________________________________________________________ Request for Sources Sought Synopsis (SSS) Solicitation Number: FA8617-15-R-6199 26 May 2015 1.0 REQUEST FOR SOURCES SOUGHT SYNOPSIS (SSS) This is a SSS only in accordance with Federal Acquisition Regulation (FAR) 5. Responses to this notice are not offers and cannot be accepted by the United States Government (USG) to form a binding contract. Only United States companies will be considered for contract award. The USG is conducting market research to identify, as potential sources and subcontracting opportunities, firms that may possess the expertise, capabilities, experience and necessary data to competently and competitively respond to all requirements to support Contractor Logistics Support (CLS) and Maintenance Training in support of C-208B aircraft for the Afghan Trainer Program. In order to provide a seamless continuation of operations, requirements must be met in their entirety and be in place in Afghanistan at the specified bases and fully operational to complete all contractual obligations by 01 February 2016. The Department of the Air Force, Air Force Life Cycle Management Center, Training Aircraft Division, International Support Branch, Wright Patterson Air Force Base, intends a single award, Firm-Fixed Price (FFP) contract. The Period of Performance (PoP) will not exceed five (5) years and will consist of one (1) 12 month base with four (4) annual priced options for CLS and Maintenance Training in support of C-208B aircraft for the Afghan Trainer Program. Firms responding to this announcement should indicate whether they are: an other than small business; small business; small disadvantaged business (SDB); woman-owned small business (WOSB); economically disadvantaged women-owned small business (EDWOSB); 8(a)-certified business; service-disabled veteran-owned small business (SDVOSB); veteran­owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 336413, size standard 1000 employees. All prospective contractors shall be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note: the NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. The Government believes the NAICS code for this acquisition is 488190. If you do not agree, please suggest a NAICS code and provide your rationale. The USG does not intend to award a contract on the basis of this SSS or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection FAR 31.205-18, Bid and Proposal costs, of the FAR. Companies responding to this SSS are advised that participation does not ensure involvement in future solicitations or contract awards. The USG shall not reimburse any company or individual for any expenses associated with preparation or participation in this SSS. Respondents are solely responsible for all expenses associated with responding to this SSS. This SSS and the attached Performance Work Statement (PWS) describe an acquisition strategy for an anticipated CLS/Maintenance Training program for the Afghan Trainer Program in Afghanistan. 2.0 PROGRAM REQUIREMENTS 2.1 Background: This Performance Based Contract includes on-site activities required to maintain safe, reliable aircraft for use by US Air Advisors and the Afghan Air Force (AAF). It also identifies services and establishes activities required for logistics, maintenance, technical order library/management, supply chain management, and maintenance training to support daily operations of C-208B Light Lift aircraft and one C-208B ATD, to include airworthiness of C-208B Light Lift aircraft; commencing at contract award through the end of CY2021 or until the AAF can organically sustain aircraft operations, whichever comes first. This contract also includes the requirements to allow the contractor to participate and foster the training and qualification of the AAF to perform the contractor's assigned functions, i.e. the contractor shall train the AAF, via fully documented skill-level training, and accompanying apprenticeship requirements in transitioning/standing-up logistics, supply chain management, technical order library and management, and maintenance capabilities to maintain airworthy aircraft and out-year sustainment capabilities. 2.2 Contractor Maintenance Support: Sustain and prepare for transition of the Afghan Trainer Program (C-208B fleet and the ATD) by providing logistics, maintenance, and training for the AAF. This requirement supports continued aircraft flight operations, maintenance, supply chain management, maintenance of aircraft sub-systems, maintenance of aircraft ground support equipment, maintenance and calibration of special tools and test equipment, repair of reparables, CLS support, maintenance training, monitoring, and mentoring. Specific requirements are as follows: •A. The mission-capable rate of USG responsible aircraft will be maintained at a rate of at a minimum of 80%; •B. Maintenance training will take place in the classroom, on mockups, and on aircraft; •C. Maintenance training will include Level 3, Level 2, and Level 1 stages encompassing: formal classroom skill level training and accompanying apprenticeships: • i. Maintenance training will be six (6) hours per day, six (6) days per week in Afghanistan. All training will be fully documented; • ii. Supply Chain Management (SCM) will be an integral part of maintenance training; • iii. Training documents will be translated from English to Dari to facilitate student understanding and reduce training times; • iv. Student load requirements are subject to change. Initial requirement shall be for up-to 100 students per year and a maximum of 20 students per month regardless of level; •D. Maintenance operations shall be conducted seven (7) days per week, 12 hours per day with a two (2) hour notice to launch on Fridays; •E. Maintenance shall be provided sufficient to support 50 hours per month, including a 25 percent allowance for contingency operations, per C-208B aircraft; •F. USG and/or Coalition Forces will provide security and life support services. CLS should encompass all launch, recovery, towing, and flight line servicing, including actions required for operations and maintenance of aircraft subsystems and support equipment. CLS should include aircraft maintenance and personnel, all materials and inspections, publications; supply of all contractor-owned and maintained spares and support equipment, repair and overhaul of all reparable spares, maintenance, repair or replacement of all support equipment, engine repair and engine overhaul. The contractor shall use a "Remove/Replace" concept for maintenance for the aircraft and ground equipment supporting the operations of the fleet. All aircraft and equipment are to be maintained in accordance with (IAW) the manufacturers Federal Aviation Administration (FAA) approved Instructions for Continued Airworthiness (including service bulletins, etc.). Licensed or certified personnel are required for task performance and record entry. Security Requirements: The contractor shall be a US owned company, employ US citizens, and authorized to work on a US Air Force installation beginning 01 February 2016. The contractor must demonstrate the ability through previous work with FMS contracts and have the proper registration with Department of State (DoS) in place prior to 01 February 2016, in order to facilitate the requirements of this effort. 2.3 Maintenance Training: The contractor shall develop and present the necessary technician maintenance training in IAW the specifications of the C-208B equipment. Contractor provided training shall be transition-type training intended to enhance the existing skill sets already possessed by the AAF students in their particular field of expertise. This maintenance training must develop a cadre of maintainers to provide Afghan maintenance on the C-208B aircraft without oversight correction. All maintenance actions must be witnessed and signed off by an FAA Airframe and Powerplant (A&P) certified maintenance technician as long as the aircraft are in USG responsibility. Maintenance training shall include but not limited to: •A. SCM training to allow Afghan maintainers to order aircraft parts for maintenance actions on AAF responsible aircraft; •B. Fleet management training, which will enable the Afghan maintainers to ensure consistent availability of mission capable aircraft and meet operational requirements and; •C. Basic quality assurance and inspection principles training to enable Afghan maintainers to implement and administer a Quality Assurance Program. 2.4 Government Furnished Property: The USG will provide access and availability to 26 C-208B aircraft and one (1) C-208B ATD as needed for CLS maintenance and training. 2.5 Data Rights: Cessna is the Original Equipment Manufacturer (OEM) for the Afghan Trainer Program located in Afghanistan that supports the C-208B for the AAF. The USG does not own Government Purpose Rights, nor will it purchase Cessna C-208B technical data rights. 2.6 Period of Performance: This CLS/Maintenance Training contract will consist of the following Period of Performance (PoP) of one (1) 12 month base with four (4) x one (1)/year Options: Base: 01 Feb 2016 -31 Jan 2017 Option 1: 01 Feb 2017 -31 Jan 2018 Option 2: 01 Feb 2018 -31 Jan 2019 Option 3: 01 Feb 2019 -31 Jan 2020 Option 4: 01 Feb 2020 -30 Jan 2021 CLS shall commence on 01 February 2016 with the base requirement lasting 12 months, expiring 31 January 2017. Options will only be exercised if needed. FAR 52.217-8, Option to Extend Services, will be included. The contractor must have all applicable capabilities, personnel, equipment, tools, technical data, spares, and any additional items necessary to perform the requirements stated below at the locations listed by or before 01 February 2016. The contractor shall provide a seamless continuation of services whereby all requirements must be in place in Afghanistan at the specified bases and operational at full capacity to complete all contractual obligations at 100% efficiency. Due to the immediacy of the need, whereby delays are not acceptable and the urgency generated by the known requirement expiring 30 April 2016, it is necessary for the contractor to meet all contractual obligations and sustain a continuity of operations. All obligations must be met and fully operational by 01 February 2016, without exception IAW the attached PWS to include, but not be limited to, the requirements stated in the PWS. 2.7 Additional Information: The USG requirement is to provide support and training through the end of the US Train, Advise, & Assist Command- Air mission. A Status of Forces Agreement and Bilateral Security Agreement were signed on 30 September 2014 and took effect on 01 January 2015. These agreements are valid until 2024. The changing environment and unknown future requirements include, but are not limited to: the security environment, transition, schedule, training, and basic program requirements (technical, place(s) of performance, duration of performance, and USG withdrawal strategy). 3.0 PROGRAM REQUIREMENTS 3.1 Company Response Both large and small businesses are encouraged to participate in this market research. The results of this market research will allow the USG to make a determination as to whether this effort will be a sole source, full and open, or small business set-side acquisition. It is advised that you provide a sufficient response to all capability questions to allow the USG to appropriately assess your capabilities. However, consideration will be made if your company is capable of performing only specific portions of the consolidated requirement. If your company's response is for only portions of the effort please submit a response that includes the areas your company is capable of performing and how your effort could be integrated into the overall requirement. 3.2 Business Information In response to this SSS, please provide the following business information for your company/institution and for any teaming or joint venture partners: •· Company/Institute Name: •· Address: •· Point of Contact: •· Commercial and Government Entity (CAGE) Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing. Size standard: 1,000 employees. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, EDWOSB, SOB, 8(a), HUBZone, VOSB, SDVOSB), please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. •· Small Business (Yes/ No) •· Woman Owned Small Business (Yes / No) •· Small Disadvantaged Business (Yes / No) •· Economically Disadvantaged Women-Owned Small Business (Yes / No) •· Disadvantaged Women-Owned Small Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Owned Small Business (Yes / No) •· Large Business (Yes / No) •· System for Award Management (SAM) Registered (Yes / No) All prospective contractors must be registered in the SAM database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. •· A statement verifying that your company is domestically owned. 3.3 Capability Survey Questions: General Capability Questions: •1. Describe your company's past experience on previous projects (no more than five examples) similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). Include your company's responsibility/role as a prime and or subcontractor on each of these projects. •2. Describe your approach to provide training services with hardware in a known configuration, with no training interruption and no overlap/transition from the incumbent, starting work on 01 Feb 2016. Please provide your approach to accommodate this requirement and your risk mitigation strategy. •3. Describe your company's previous experience of maintaining C-208Bs and an ATD, without design data or software source code and fully reliant on a third party to provide equipment. In your approach describe how you would mitigate this issue without the support of the incumbent. •4. Describe your specific capabilities of working with Foreign Military Sales (FMS) contracts in the past and registration with the DoS to work with the country of Afghanistan for import and export of materials. •5. Describe how any modification work effort will be accomplished through OEM approved modification shop or other organizations. •6. Describe company's logistics, maintenance, and sustainment transition plan and expected phase-in tasks. •7. Describe how your company would handle the scheduled airframe FAA inspections required as stated in the PWS. Spares Questions •1. Describe your process for identifying and resolving parts obsolescence and Diminishing Manufacturing Sources and Material Shortages (DMSMS) problems. •2. Describe your process for replenishment of AAF National Supply Depot (ASD) spares. These are the spares for the AAF responsible aircraft located in Shindand, Afghanistan. •3. Describe your process for lay-in of required spares, ground support equipment, and tools to support the maintenance and mission requirements beginning 01 February 2016. These are the spares, GSE, and tools for the USG responsible aircraft at Kabul, and Kandahar, Afghanistan. 3.4 General Information In response to this SSS, please provide the following general information for your company/institution and for any teaming or joint venture partners. •1. Describe briefly the elements of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. •2. Describe the major risks you foresee in executing an effort of this scope. What steps would you likely take to mitigate the risks? •3. What data will you require of the USG to assemble a proposal for this effort? Please keep in mind that limited technical data (Bidder's Library) will be available for this effort. •4. Describe the small business percentage of utilization for the consolidated requirement to include the rationale supporting the recommended percentage. •5. Describe any other relevant topics, concerns, and information that will help the USG in forming an acquisition strategy. •6. Are there any commercial business practices unique to your industry? If so, please describe. 4. ADMINISTRATION An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concerns during the proposal development phase of this acquisition. Potential sources should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential sources are invited to contact AFLCMC's Ombudsman with serious concerns only: Ms. Jill Willingham, AFLCMC/AQP 1790 10th Street Wright-Patterson AFB, OH 45433-7630 Tel: 937-255-5472 Fax: 937-255-7916 Jill.willingham@us.af.mil THIS SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR AN INVITATION FOR BID (IFB) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. Interested parties who believe they can provide the required CLS/Maintenance Training may respond by submitting their response to the above questions in paragraphs 3.2, Business Information; 3.3, Capability Survey, and paragraph 3.4, General Information via email. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for competitive proposals. Please submit all responses related to this notice, in writing, via email to charlene.jeong@us.af.mil by 4:00 PM (EST) by 25 June 2015. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition decision for the procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air Force. This notice does not constitute a solicitation for offers. This is NOT a Request For Proposal (RFP) and respondents are solely responsible for all expenses associated with responding to this synopsis and the USG does not intend to pay for information received. Any information submitted by respondents to this SSS is strictly voluntary. SSS issuance does not restrict the USG's ultimate acquisition approach. The USG will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this SSS. Direct and concise responses are required and should clearly demonstrate your ability to meet the stated requirements. Recent relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements, including joint ventures, should be clearly delineated and previous experience in teaming must be provided. Marketing material is considered an insufficient response to this SSS. Responses shall be limited to no more than 12 single-sided, 8.5"x 11"pages. A point of contact that can speak for the responding company should be identified to support further USG inquiries as well as explanations that might be needed with regard to the information provided. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. One (1) copy of the response shall be provided in ADOBE ACROBAT (.pdf) format and typographical font of 10 or greater. All responses related to this notice shall be submitted, in writing, via email to charlene.jeong@us.af.mil by 4:00 PM (EST) by 25 June 2015. Contracting Office Address: 1970 Monahan Way Bldg 1lA, WPAFB, Ohio 45433-7211 Places of Performance: Hamid Karzai International Airport (HKIA), Kabul, Afghanistan, Kandahar, Afghanistan Primary Point of Contact: Contracting Officer, LaVonne Whitelow, LaVonne.Whitelow@us.af.mil, (937) 904-4165. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-07-15 16:17:19">Jul 15, 2015 4:17 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-10-15 15:56:49">Oct 15, 2015 3:56 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8617-15-R-6199/listing.html)
 
Place of Performance
Address: Hamid Karzai International Airport (HKIA), Kabul, Afghanistan and Kandahar, Afghanistan, Afghanistan
 
Record
SN03922336-W 20151017/151015234312-b1336cfe768441cae46629d2d06ba9a3 (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.