Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOURCES SOUGHT

R -- AFICA-Air Combat Training System (ACTS) - FA3002-18-RFI-ACTS

Notice Date
5/10/2017
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA3002-18-RFI-ACTS
 
Point of Contact
Jessica Santos, Phone: 2106529757, Gina Garcia, Phone: 210-652-7875
 
E-Mail Address
jessica.santos@us.af.mil, gina.garcia@us.af.mil
(jessica.santos@us.af.mil, gina.garcia@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ATCH 5-Appendix 6 Draft Workload Est. ATCH 4-Appendix 5 Draft GF FAC ATCH 3-Appendix 4 Draft GFP ATCH 2- Appendix 3 Draft Site Loc Maj Sys ATCH 1-Draft Performance Work Statement FA3002-18-RFI-ACTS REQUEST FOR INFORMATION (RFI) AIR COMBAT TRAINING SYSTEM (ACTS) Luke AFB, AZ and Holloman AFB, NM 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. 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. Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing. 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. The information sought in this RFI includes the North American Industry Classification System (NAICS) Code 541513, Computer Facilities Management Services, with a small business size standard of $27.5 million. SUMMARY: AFICA 338 SCONS/PKD is conducting market research to gather information on the availability of qualified sources to provide non-personal services to support for ACTS IAW the PWS. DESCRIPTION: The contractor shall operate, maintain and repair the ACTS and support the ACTS mission at Luke AFB, AZ, Gila Bend Auxiliary Field, AZ, and Holloman AFB, NM. The ACTS is a computer-based data communication and tracking network comprised of data and voice communication circuits, computer hardware, computer software, electronic circuitry, and electromechanical devices. The ACTS mission is to provide an integrated realistic training environment in support of on-site and off-site aircrew/ground support crew training. An extension of the ACTS mission is support of continued development, testing, and implementation of ACTS systems and ancillary equipment. The contractor shall support the ACTS mission in a professional manner and provide continuity of operations and well-maintained equipment to safely accommodate all aircrew-training needs. The anticipated total period of performance will be structured with a 12-month basic period and up to four one-year option periods. It is the Government's intention to award a single contract. All interested business concerns shall indicate interest in this acquisition by providing the company name, capabilities, mailing address, phone number and e-mail address to the contracting office. See attached DRAFT Performance Work Statement (PWS) for detailed technical requirements. RESPONSE FORMAT: Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than twenty pages: 1. All interested parties are invited to provide the following information: A. Company Name, CAGE code and DUNS code B. Mailing Address. C. Point of Contact (to include phone/fax and e-mail). D. Website URL, if applicable. E. State if your company is SAM registered under NAICS code 541513 or not. F. State whether your firm is large, small, small disadvantaged, woman-owned small, HUB-Zone, veteran owned, service-disabled veteran owned, or 8(a) certified business concern for NAICS 541513. 2. Describe your company's capabilities and experience to meet the technical requirements described in the attached draft PWS. 3. Describe your company's past experience and provide examples of 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. Given each geographic location for performance of services, describe your company's ability/experience to recruit and retain qualified personnel pertinent to the work to be performed IAW draft PWS. 5. Describe past experience in procedure control (Radar/Air Traffic Control operations) of military ranges? 6. Describe experience with operating and maintaining Air Combat Training System (ACTS) hardware to include P5 systems (P5 systems are used to record aircraft in-flight data for use in post flight playback and debrief.) Subsystems consist of the Control and Computation Subsystem (CCS), Transmission Instrumentation Subsystem (TIS), Airborne Instrumentation Pod (AISP) and the Advanced Display and Debriefing Subsystem (ADDS). 7. Describe recent experience with staffing and operating bombing ranges (i.e. RCOs). 8. Describe past experience operating and maintaining ground threat emitters to include Unmanned Threat Emitters (UMTE), Tactical Radar Threat Generators (TTG) and Mobile Threat Emitters (MTE). 9. What, if any, risks or unknowns would hinder your ability to meet the requirements? What do you foresee as the biggest challenges of fulfilling the requirements of the ACTS requirement? 10. Provide a Rough Order of Magnitude (ROM) for this requirement. Provide any comments or questions on the draft PWS. 11. Small Business (SB) Set-Aside Determination. The Government reserves the right to decide 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. All interested firms that possess the capabilities are encouraged to respond to the notice by providing the information specified above no later than 3:00 PM (CST), on 9 JUNE 17. Information must be provided in soft-copy form in Microsoft Word and/or Microsoft PowerPoint and shall be provided via e-mail. Forward responses and/or submit questions regarding this RFI to both of the POCs identified below. Contract Specialist: Jessica Santos Email: jessica.santos@us.af Phone: 210-652-9757 Contracting Officer: Gina Garcia Email: gina.garcia@us.af Phone: 210-652-7875 ATTACHMENTS: 1. DRAFT PERFORMANCE WORK STATEMENT 2. APPENDIX 3 DRAFT SITE LOC MAJ SYS 3. APPENDIX 4 DRAFT GFP 4. APPENDIX 5 DRAFT GF FAC 5. APPENDIX 6 DRAFT WORKLOAD EST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d208d3febf36fe440e21d610fe294de)
 
Place of Performance
Address: Luke AFB, AZ and Holloman AFB, NM, United States
 
Record
SN04503395-W 20170512/170510235333-2d208d3febf36fe440e21d610fe294de (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.