SOURCES SOUGHT
U -- AT-802 ISR/ISR-AR Pilot Training - PWS
- Notice Date
- 9/1/2016
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA0021-17-R-0003
- Archive Date
- 9/30/2016
- Point of Contact
- Lauren K. Sydnor, , Barbara Divine,
- E-Mail Address
-
lauren.sydnor.1@us.af.mil, barbara.divine@us.af.mil
(lauren.sydnor.1@us.af.mil, barbara.divine@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS AFSOAWC TAILWHEEL AND AT-802 ISR/ISR-AR PILOT TRAINING Request for Information/Sources Sought Full and Open Competition This is a RFI/SS document, initial prospective business responses should be in the form of a Capability Statement. The Government recognizes that proprietary data may be submitted as part of this effort. If so, clearly mark such restricted or proprietary data. The Capability Statement should include the following elements in this format: 1. Prospective Business Identification a. Company Name and Cage Code b. Address c. Phone Number d. Fax Number e. E-mail f. Point of Contact Information g. A website address that provides additional information about the prospective business h. The North American Industry Classification System (NAICS) code for this effort is code 611512. 2. Describe your company and relevant capability to provide: Facility, equipment, and service support IAW the PWS. A brief history of the prospective business, its experience and innovative approaches in providing the services listed above, to include prior experience in this arena (commercial or government) 3. What are your company's potential teammates/subcontractors (if required to ensure success)? 4. Can you meet the objective ready for training dates? If not, what would you recommend? 5. What, if any, risks or unknowns would hinder your ability to meet the requirements? 6. What contract strategy would you recommend to include period of performance periods, renewal options, pricing adjustment mechanisms, location differences/adjustments, etc. 7. Identify any Government SME, GFE or resources required for your offering and duration. 8. Have you obtained government airworthiness certification for any of your aircraft in the past? 9. Provide a Rough Order of Magnitude (ROM) as you see it for this effort. 10. In terms of evaluating a company for this effort, what critical evaluation criteria would differentiate companies' capabilities? Explain your rationale in detail. 11. If your firm were to put together a proposal for an effort of this magnitude, what would you provide that best demonstrates your company's experience and performance? 12. What page limitations would be adequate for a technical proposal for a potential effort of this nature? 13. The responses shall be formatted as follows: a. Page size shall be 8.5 x 11 inches; foldouts are permitted, but will be assessed towards the total page count. b. Pages shall be single-spaced, single-sided. The Government considers each face of a sheet of paper containing information as a page. If a potential bidder provides material on both sides of a sheet, the Government will count this as two pages. c. The font shall be Times New Roman and the font size shall be no less that twelve (12) point. Use at least 1-inch margins on the top and bottom and ¾ inch side margins. d. Prepared using Microsoft Office 97 or higher and shall consist of one cover page identifying general company information. The cover page shall not count towards the 10 page limitation. Questions regarding this RFI/SS should be directed to the Contracting Officer, Maj Barbara Divine at barbara.divine@us.af.mil. When responding with questions to this RFI/SS, populate subject line with: (Question/Suggestion) RFI/SS AFSOAWC TAILWHEEL AND AT-802 ISR/ISR-AR PILOT TRAINING Organizational Conflict of Interest: Organizational Conflict of Interest (OCI) as defined and discussed in Federal Acquisition Regulations (FAR) Subpart 9.5, Organizational and Consultant Conflicts of Interest, is a concern in all acquisitions across the Department of Defense. Early involvement with our industry partners is a key element of the Acquisition process, and it is critical for the Government to be able to identify any potential OCI issues as early as possible for an acquisition. This would allow ample time to address and evaluate any potential OCI issues, prior to contract award with minimal impact to critical acquisition schedules. Interested vendors are requested to evaluate any potential OCI issues with regard to this requirement for the required services, and the Vendor shall self-identify any OCI issues, as stated in FAR Subpart 9.5 to the Contracting Officer (CO). This will assist the CO in determining if the vendor will need to submit an OCI Mitigation Plan for any solicitation that might result from this notice. Due Date for Responses: Capability package responses/updates are due not later than 1:00 P.M. Central Standard Time, Thursday, 15 September 2016 and shall be sent electronically to the Contracting Officer, Maj Barbara Divine at barbara.divine@us.af.mil; Late responses may not be reviewed. Responses to this RFI/SS will not be returned. When responding to this RFI, populate subject line with: RFI/SS AFSOAWC TAILWHEEL AND AT-802 ISR/ISR-AR PILOT TRAINING Scope of Services: The primary focus of this RFI/SS is to engage industry to provide questions and suggestions for a possible AFSOAWC TAILWHEEL AND AT-802 ISR/ISR-AR PILOT TRAINING firm fixed price services contract. Contract will have a tentative period of performance of one base year and two one-year option periods for a period of performance not to exceed 3 years. The current student load is estimated to be 4 students per year for the basic course (approximately 45 days) and 4 students per year for currency training (approximately 10-15 days). Current need is for 2-3 basic courses and 2-3 currency courses per year. To reiterate the potential scope, the potential company shall meet the requirement as detailed in the PWS. Again, THIS IS A REQUEST FOR INFORMATION/SOURCES SOUGHT (RFI/SS) ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. It is intended for market research and for informational purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in responses. Respondents will not be notified of the results. All questions and/or suggestions will be considered in any potential requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f27b7525eadcc3fcae06170c1acc2cf3)
- Place of Performance
- Address: TBD, United States
- Record
- SN04252011-W 20160903/160901235618-f27b7525eadcc3fcae06170c1acc2cf3 (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 |