SOLICITATION NOTICE
15 -- Contractor Engineering and Technical Services: Aircraft A-10C training, maintenance assistance, troubleshooting, and sustainment of all A-10C related systems - Solicitation
- Notice Date
- 4/22/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel 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
- FA8604-16-R-7951
- Archive Date
- 6/8/2016
- Point of Contact
- Julie Helm, , Michael D. Carbone,
- E-Mail Address
-
julie.helm@us.af.mil, michael.carbone.3@us.af.mil
(julie.helm@us.af.mil, michael.carbone.3@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Evaluation Factors Instructions to Offerors FA8604-16-D-7951 Solicitation The Air Force is publishing a Solicitation Synopsis.The Air Force Contractor Engineering and Technical Services (CETS) division at Wright-Patterson AFB, OH is requesting proposals for the following: A. Provide on-the-job training to all maintenance personnel covering all phases of maintenance and operation, operational checkout, system analysis, and system/subsystem replacement/ adjustment/ services pertinent to the A-10C aircraft avionics, weapons, and APG systems. All CETS must provide training, maintenance assistance, troubleshooting, and sustainment of all A-10C related systems. B. Provide on-site formal and on-the-job training, maintenance technical advice, and general A-10C aircraft systems sustainment. The objective of Contractor Engineering and Technical Services (CETS) is to elevate the technical skill and abilities of ANG personnel responsible for the support, operation, and maintenance of the above listed equipment/systems. The objective of this effort is for CETS personnel to provide training elevating the unit's member's technical capabilities to the level of self-sufficiency. The anticipated period of performance will be 1 July 2016 - 30 June 2019. C. Location of Service: FORT WAYNE, IN 122 MXG BOISE, ID 124 MXG SELFRIDGE,MI 127 MXG BALTIMORE, MD 175 MXG D. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-87 (06 Apr 2016). This acquisition is 100% set aside for small business. The NAICS Code is 541330. Small business size standard is $38.5 Million. E. The contractor must be registered in SAM prior to award. The government will make an award from this request for proposal to the technically acceptable, responsible offeror whose proposal offers the lowest price to the Government. The Government reserves the right to not make an award at all. F. All proposals are due by 2:00 PM ET on 24 May 2016. G. Any proposal, modification, or revision that is received at the designated Government office after the exact time specified for receipt of proposals is "late" and will not be considered. H. To ensure a competitive balance, at the Contracting Officer's discretion, questions concerning this RFP will only be accepted until 06 May 2016 2:00 PM ET.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-16-R-7951/listing.html)
- Record
- SN04093021-W 20160424/160422234356-123252d742e3007849bd44bcb752ee9e (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 |