Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
SOURCES SOUGHT

U -- F-15 COMBAT AIR-TO-AIR TRAINING SYSTEMS (CAATS) - Draft PWS

Notice Date
11/4/2015
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 111 South George Mason Drive, Building 2, 4th Floor, Arlington, Virginia, 22204-1382, United States
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L-16-R-0021
 
Archive Date
1/29/2016
 
Point of Contact
Ovidio Gonzalez-Nunez, Phone: 3013323295
 
E-Mail Address
ovidio.gonzalez-nunez.civ@mail.mil
(ovidio.gonzalez-nunez.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft F-15 PWS The National Guard Bureau (NGB) Operational Contracting Division, on behalf of NGB/A3 is conducting market research to determine the availability of qualified sources to provide all personnel, equipment, supplies, materials, qualified personnel, and other items and non-personal services necessary to support the F-15 Combat Air-To-Air Training Systems. The contractor shall be required to provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide Combat Aircrew Training services as defined in the Draft Performance Work Statement (PWS). THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a Small Business Set-Aside. The purpose of this Sources Sought/Market Survey is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The "DRAFT" Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Feedback on individual submissions will not be provided. The Government requests interested parties submit a response which shall include a brief description of their company's size (i.e. annual revenues and employees size), business status (i.e. Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc.), anticipated teaming arrangements (i.e.prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partner. Capability Packages should clearly address the following: A technical understanding of the development and sustainment of F-15 Combat Air-To-Air Training Services at the base identified above. Key Personnel: Do key staff members have experience in providing support for Government F-15 Air-To-Air Training Systems requirements? Do you have specific past performance and experience in providing F-15 Air-To-Air Training services to DoD? In addition, the following questions must be answered and elaborated on as part of the package: 1. Past Performance - Does your firm have the relevant past performance experience within the last three years of F-15 Combat Air-To-Air Training Services? 2. Corporate Experience - Does your firm have the work experience similar in nature, scope, complexity, value and difficulty of work. 3. F-15 Combat Air-To-Air Training Services - Does your Firm have relevant work experience in media buying? Additionally, the Government encourages those interested to provide comments if the F-15 Combat Air-To-Air Training Services requirement would be better served under a different NAICS code. If submitting comments, it is requested that you identify and briefly explain why the suggested NAICS is better suited; and why it would be a better NAICS fit for the requirement. Additional information regarding this requirement will be posted for viewing on FedBizOps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the Draft PWS posted with this notice is subject to change. The formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOps website for release of any future synopsis or release of the solicitation. Interested parties should submit the information requested above to Ovidio.gonzalez-nunez.civ@mail.mil. Please include company name, address, telephone number, and technical point of contact, brochures, literature. Capability packages must not exceed 15 pages (12 point font with one-inch borders, not including pictures, brochures and Market Surveys), must be submitted electronically and should clearly indicate whether your firm is capable to provide Combat Readiness Training Center Services as described in the DRAFT PWS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-16-R-0021/listing.html)
 
Place of Performance
Address: Kingsley Field ANG, OR, United States
 
Record
SN03937638-W 20151106/151104234654-98886eae37252bef0ed1a8c50a67157f (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.