Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

U -- Rescue Instructional and Training Services (RITS) - Draft RFP

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 129 Andrews Ave, STE 110, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4890-18-R-5022
 
Point of Contact
Christin L. Lockhart, Phone: 7577649154, Marlese Yelardy, Phone: 7572251583
 
E-Mail Address
christin.lockhart@us.af.mil, marlese.yelardy@us.af.mil
(christin.lockhart@us.af.mil, marlese.yelardy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Updated PWS 4 Sep 18 Draft RFP 13 Sep 18 PRE-SOLICITATION NOTICE FOR FA4890-18-R-5022 : This is a pre-solicitation notice only. Air Combat Command, Acquisition Management and Integration Center (AMIC) anticipates issuing the final RFP on or about 03 Oct 2018 with a closing date on or about 14 Nov 2018. This will be a competitive full and open acquisition. The Government intends to make one award from this solicitation. The North American Industry Classification System Code (NAICS) for this requirement is 611512, Flight Training with a corresponding small business size standard of $27.5M. The 68th Rescue Squadron (68 RQS) is the Air Force's Guardian Angel Formal Training Unit (FTU). Guardian Angel is comprised of Combat Rescue Officers (CRO), Pararescuemen (PJ), and Survival, Evasion, Resistance, and Escape (SERE) specialists. Guardian Angel (GA) provides support to Geographic Combatant Commanders' (GCC) Personnel Recovery (PR), Combat Search & Rescue (CSAR), Global Precision Strike and United States Special Operations Command (USSOCOM) Special Operations requirements. Guardian Angel also provides direct support to the President of the United States, Secretary of Defense, and National Aeronautics and Space Administration (NASA) manned spaceflight missions. Specialized education and training is required to develop qualified PJ/CROs to ensure mission success. The Contractor shall provide personnel, aircraft, boats, vehicles, equipment, tools, materials, supervision, and any other items and services required to successfully perform PJ 5-level and 7-level upgrade services as outlined in Section 1 and to meet the tasks, standards, and conditions requirements of the Career Field Education and Training Plan (CFETP). The primary objectives of this contract are: 1) Maximize operational effectiveness and combat capability, and, 2) Preserve Air Force personnel and material resources. This single award IDIQ contract will have a Contract Ordering Period of 5 years. The Government will use the Internet and email as the primary means of disseminating and exchanging any information concerning this requirement. Interested parties should review the documents posted and provide any question or comments via e-mail to the Contracting Office. When submitting questions or comments, offerors should provide their company name, address, point of contact, Cage Code, phone and fax number, email address, and business size. It is the offeror's responsibility to monitor the Internet for the release of the final Request for Proposal (RFP) and closing date. The Air Force will consider and respond to all inputs received. Industry response is encouraged to ensure all parties have maximum opportunity to participate in this acquisition and to ensure that the requirement is understood. An interested parties listing will be posted to FBO to facilitate teaming and subcontracting opportunities. To be eligible for contract award, offerors must be registered under the applicable NAICS code in the System for Award Management (SAM), which may be found at https://www.sam.gov/. All interested parties are cautioned to ensure that information listed in SAM is current and correct. Interested parties are to submit all correspondence pertaining to this requirement in writing to the POCs listed below. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation of receipt of information. If you have difficulty in emailing your response and/or an email confirmation of receipt is not received in a timely manner, you are encouraged to contact the POCs. Primary POC: TSgt Marlese Yelardy marlese.yelardy@us.af.mil Alternate POC: Christin Lockhart (757) 764-9154 christin.lockhart@us.af.mil _____________________________________________ THIS IS A SOURCES SOUGHT/INDUSTRY DAY NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. The Government is seeking industry input from all sources at this time. Small Business concerns are highly encouraged to respond to this request in order for the Government to determine if this acquisition should be conducted under full and open competition or set aside for small businesses under the auspices of FAR Part 19. The applicable North American Industry Classification System (NAICS) for this requirement is 611512, Flight Training with a size standard of $27.5M. The Government is seeking inputs on the NAICS as well. Request all potential offerors complete the attached Market Research Questions and Small Business Capability Questions in response to this notice. Registration information for Industry Day is also attached to this notice. A determination of contract type has not yet been made. The 68 th Rescue Squadron (68 RQS) is the Air Force's Guardian Angel Formal Training Unit (FTU). Guardian Angel is comprised of Combat Rescue Officers (CRO), Pararescuemen (PJ), and Survival, Evasion, Resistance, and Escape (SERE) specialists. Guardian Angel (GA) provides support to Geographic Combatant Commanders' (GCC) Personnel Recovery (PR), Combat Search & Rescue (CSAR), Global Precision Strike and United States Special Operations Command (USSOCOM) Special Operations requirements. Guardian Angel also provides direct support to the President of the United States, Secretary of Defense, and National Aeronautics and Space Administration (NASA) manned spaceflight missions. Specialized education and training is required to develop qualified PJ/CROs to ensure mission success. The mission of the 68th RQS is to provide combat leaders, highly-trained recovery specialists, and military free fall jumpmasters for the United States, its friends, and allies. The contractor shall provide all personnel, aircraft, boats, vehicles, equipment, tools, materials, supervision, and any other items and services required to successfully perform PJ 5-level and 7-level upgrade services and to meet the tasks, standards, and conditions requirements of the Career Field Education and Training Plan (CFETP). The contractor shall provide site locations and environments suitable for training execution to include classroom support. Draft acquisition milestones will be presented at Industry Day. These will be estimated posting timelines and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website (FedBizOpps) at http://www.fbo.gov for all subsequent postings. A draft Performance Work Statement (PWS) is posted in conjunction with this notice to provide the size, scope and complexity of this requirement. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. Please submit information as requested in the attachments. Feedback is welcome at any time, but we request that you respond by the dates indicated on the attachments. Information can be submitted to the persons identified in the attachments or below. Request that you use the tile "(Company Name) - RITS Sources Sought" in the email subject line. This information will only be used for market research purposes and will not be used for proposal evaluation later. All information received will be protected and safeguarded as source selection information in accordance with FAR 3.104, Procurement Integrity Information will be used solely to formulate acquisition strategy and for the development of the solicitation. The Internet and email shall be used as the primary means or disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-06-28 11:47:55">Jun 28, 2018 11:47 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-09-13 19:31:33">Sep 13, 2018 7:31 pm Track Changes 28 Jun 18 - The Industry Day briefing, sign in sheet and Q&A's have been posted. Please note, a PWS update will be posted within the next few weeks.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-18-R-5022/listing.html)
 
Place of Performance
Address: Davis Monthan AFB (general area), Tuscon, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN05087081-W 20180915/180913230956-e9e319cf80f3bc44dc0357d2683b0f22 (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  © 1994-2020, Loren Data Corp.