SOURCES SOUGHT
U -- AFICA F-15 Combat Air-to-Air Training System (CAATS) - Draft PWS
- Notice Date
- 12/20/2016
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA3002-17-RFI-CAATS
- Archive Date
- 2/4/2017
- Point of Contact
- Kenneth McCright, Phone: 210-652-3672, Frederick D. Collier, Phone: 210-652-8904
- E-Mail Address
-
kenneth.mccright.3@us.af.mil, frederick.collier.2@us.af.mil
(kenneth.mccright.3@us.af.mil, frederick.collier.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- CAATS Draft PWS Request for Information (RFI) F-15 Combat Air-to-Air Training System (CAATS) INTRODUCTION: This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI will be treated as information only and will not be used as a proposal. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise as a result of a contractor's submission of a response to this announcement or the Government's use of such information. The information provided may be used by the Government in developing its acquisition strategy and statement of work/statement of objectives and performance specifications. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. Not responding to the RFI does not preclude participation in any future solicitations. The information provided in this RFI is subject to change and is not binding on the Government. PURPOSE: AFICA 338 SCONS/PKD is conducting market research to gather information on the availability of qualified sources to provide all personnel, equipment, supplies, materials, and the non-personal services necessary to support the F-15 CAATS program located at Kingsley Air National Guard Base in Klamath Falls, OR. The Government anticipates the use of NAICS 611512, Flight Training (size standard $27.5M), for this requirement. DESCRIPTION: The Contractor will provide qualified instructors to provide required academic, simulator instruction and subject matter expertise to train unqualified pilots in preparation for subsequent phases of F-15 flight training. The instructors will also be responsible for acting as subject matter experts for all courseware. The contract also provides courseware development for all lessons, workbooks, tests, interactive courseware, phase guides and syllabus finalization. They will also provide scheduling, security, registrar, training information management system and information technology support, academic/simulator instruction and expertise in the operation and employment of F-15 Fighter aircraft. *See Draft Performance Work Statement (PWS) for detailed technical requirements. RESPONSE FORMAT: As part of your capability statement, provide responses for each of the following questions, utilizing the existing numbering scheme for each response and limiting your response to a total of 20 pages: 1. Business Information: a. Company Name and CAGE/DUNS b. Address c. POC info (email, phone/fax, etc.) d. Web Page URL e. Socioeconomic/Business Size Status for NAICS 611512 2. Describe the capabilities of your company and the nature of the services you provide. Include a description of your staff composition and management structure. 3. Describe your company's past experience on previous projects similar in scope (nature/type of work/services to be provided in the draft PWS), magnitude (contract size) and complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and agency/organization supported. 4. Describe your company's capabilities and experience in providing all services identified in the draft PWS. 5. Given the geographic location for performance of services (Klamath Falls, OR), describe your company's ability/experience to recruit and retain qualified personnel pertinent to the work to be performed under this contract. 6. Identify any potential teaming arrangements/subcontracting relationships likely to be used. 7. What, if any, risks or unknowns would hinder your ability to meet the requirements? 8. What contract strategy would you recommend? (I.e. contract type, renewal options, CLIN structure, etc.) 9. What do you foresee as the biggest challenges of fulfilling the requirements of the F-15 Combat Air-To-Air Systems contract? 10. Based on your understanding of this requirement, do you have any specific questions/comments relating to the draft PWS? 11. What provisions of the draft PWS requirements would you change to improve the training or make the operation more efficient? 12. Provide a Rough Order of Magnitude (ROM) for this requirement. 13. Small Business (SB) Set-Aside Determination. The Government reserves the right to determine whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. Large businesses need to describe SB subcontracting opportunities. SUMMARY: All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to this notice by providing the information specified above no later than 4:30 PM (CST), on 20 JAN 2017. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint and shall be provided via e-mail. Please submit your responses and/or questions regarding this RFI to the following POCs: Kenneth R. McCright, kenneth.mccright.3@us.af.mil; Fred Collier, frederick.collier.2@us.af.mil, and Stephen S. Pritchett, stephen.pritchett@us.af.mil. NOTE: This RFI is for research purposes only; no decision to pursue an acquisition has been made. This information is for market research only. This is not a Request for Proposal (RFP), solicitation or an indication that the Government will contract for this requirement. The Government will not pay for information received in response to this RFI and is in no way obligated by the information received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f9685be668d47052e85028b9d878016)
- Place of Performance
- Address: Kingsley ANG Base, Klamath Falls, Oregon, United States
- Record
- SN04356602-W 20161222/161220234920-6f9685be668d47052e85028b9d878016 (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 |