Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
MODIFICATION

U -- (U) PACAF READY AIRCREW PROGRAM (RAP)

Notice Date
11/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
611512 — Flight Training
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
00000
 
Solicitation Number
FA5215-17-R-0002
 
Archive Date
12/17/2016
 
Point of Contact
LARA A. STALEY, Phone: 808-448-2969, Diana Joseph, Phone: 808-448-2942
 
E-Mail Address
lara.staley.1@us.af.mil, diana.joseph@us.af.mil
(lara.staley.1@us.af.mil, diana.joseph@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement seeking responses from all business concerns; to include Large Business, 8(a), HUBZONE, Women-Owned Small Business, Veteran Owned Small Business, Small Disadvantaged Owned Business, Service Disabled Veteran Owned Small Business, and Economically Disadvantaged Women-Owned Small Business. The Government is interested in all available business sources. The Government is also looking for comments on the Draft Performance Work Statement (PWS). FIRMS CHOOSING TO RESPOND TO THIS ARE CAUTIONED THAT THIS IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND NOT A REQUEST FOR PROPOSAL (RFP). The Headquarters (HQ) Pacific Air Forces (PACAF) is seeking potential sources to support RAP (Ready Aircrew Program/Aircrew Upgrade Training Services and obtain comments from interested parties in order to clarify the content of the attachment. HQ PACAF requires support for Ready Aircrew Program/Aircrew Upgrade Training Services at the following locations: •1) Joint Base Elmendorf Richardson, Alaska (F-22A, E-3 AWACS training devices) •2) Kadena Air Base, Japan (F-15C, E-3 AWACS training devices) •3) Kunsan Air Base, Republic of Korea (F-16 training devices) •4) Misawa Air Base, Japan (F-16 training devices) •5) Osan Air Base, Republic of Korea, (A-10C, F-16 training devices) •6) Joint Base Pearl Harbor Hickam, Hawaii (F-22 training devices) The purpose of this contract is to develop mission ready aircrews by providing Contractor Instructor Pilots to: (1) schedule aircrew and instruct simulator Ready Aircrew Program (RAP)/Distributed Mission Operations (DMO)/ Live-Virtual-Constructive (LVC) events, (2) schedule aircrew and instruct aircrew upgrade classroom training and academic support simulator training, (3) develop and manage realistic scenarios in support of RAP/DMO/LVC events training and aircrew academics, (4) maintain training records and provide status on each aircrew member's simulator event and academic training completion to the local unit representatives, (5) operate the Mission Training Center (MTC)/Unit Training Device (UTD)/Weapons and tactics Advanced Sustainment Program (WASP)/Weapons and Tactics Trainer (WTT) consoles in support of Air Force and Joint RAP/DMO/LVC event exercises and aircrew training, and (6) perform as event manager in support of Air Force and Joint RAP/DMO/LVC exercises. The services to be performed shall include personnel with the appropriate certificates and qualifications to instruct pilots on a weapons platform training device. There are certain qualification requirements that must be met or will require a waiver, to include but not limited to, current flight experience with a specific amount of hours clocked on specific weapon systems. All positions require at a minimum a Secret Security Clearance. See attached Draft PWS for further requirements clarification. See Appendix 1 of the Draft PWS for annual workload estimates. Workload estimates are continuously evaluated and are subject to change. Businesses having the capabilities to perform this requirement are invited to submit the following: 1) Company Information: Name, address, telephone number, point of contact names, email addresses, CAGE code, and small business status (e.g. 8(a), HUBZone, etc.) 2) Description of capabilities as they relate to the above requirements and your firms ability to provide highly trained pilot instructors at each location. The primary areas of interest are: (1) the ability of your firm in maintaining and training highly qualified pilot instructors, (2) describe scheduling and manning capability for each location (Identify if you are able to provide the services at all locations. If not, please describe which location(s) you are able to provide services at and how your firm is able to support this requirement.), (3) describe your business Quality Control approach and the practices in place to sustain PWS mission. (4) describe your capability to meet prompt replacement and quick turnaround of Contractor employees, and (5) describe innovative efficiencies that are available to Industry and/or your firm that are relevant to this requirement. Please provide clear and concise information articulating performance capabilities. 3) Major Risks: Identify any major performance, schedule, or cost risks anticipated. Discuss options to mitigate those risks. 4) If you are a small business under the identified size standard, please indicate the approximate percentage of the requirement your firm is able to perform. If you are a large business, please identify an approximate percentage, if any, for small business subcontracting opportunities. 5) Please provide any comments to the attached Draft PWS. The Government requests that industry carefully review the attachment and offer comments or suggestions, with specific references to the attachments (section, paragraph number, page number). Comments submitted that do not cite specific references to the drafted material may not be considered. Any changes to the Draft PWS will be at the discretion of the Contracting Officer. No telephone discussions of the material will be conducted and faxed comment/material is not desired. 6) Assuming there is a solicitation issued and after reviewing the Draft PWS, please provide comments on your firm's need to do a site visit to one or more locations to provide an adequate proposal. 7) The information should be sent electronically to 766 Specialized Contracting Squadron, ATTN: Lara A. Staley, Contract Specialist at email: lara.staley.1@us.af.mil, and Diana L. Joseph, Contracting Officer at email: diana.joseph@us.af.mil responses should be provided no later than 02 December 2016, 4:00 PM HST. The Draft PWS is attached and addresses all currently known requirements. The Draft PWS's currently known requirements are subject to change prior to issue of a solicitation, if one is issued. This announcement is for the purpose of market research to determine the adequacy of eligible business sources prior to determining the acquisition strategy and issuance of a RFP. The Government is not obligated to and will not pay for any information received from any sources responding to this Notice and will not provide any feedback or carry on discussions with non-federal government activities regarding the information provided in response to this Notice. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to this will not be returned. Not responding to this does not preclude participation in any future solicitation, if one is issued. The North American Industry Classification System (NAICS) code to be used for this procurement is 611512, Educational Services, Flight Training, size standard $27.5M. This requirement is a potential follow-on to Contract #FA5215-13-C-7008, currently being performed by Chenega Technology Services Corporation, LLC. Currently, there is no timeframe for potential RFP release. Approximate start date, assuming a contract is issued, would be 1 June 2018. This date is subject to change based on the length of any potential source selection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8ea66fc3f3916a9c0a9250529c975fd7)
 
Place of Performance
Address: Joint Base Elmendorf Richardson, Alaska, Kadena Air Base, Japan, Kunsan Air Base, Republic of Korea, Misawa Air Base, Japan, Osan Air Base, Republic of Korea, Joint Base Pearl Harbor Hickam, Hawaii, United States
 
Record
SN04321564-W 20161109/161107234005-8ea66fc3f3916a9c0a9250529c975fd7 (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.