Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOURCES SOUGHT

U -- Introduction to Aeronautics Training - Sources Sought Synopsis

Notice Date
9/10/2019
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-19-Q-ATSS
 
Archive Date
10/1/2019
 
Point of Contact
Eric Filion, Phone: 9375224520
 
E-Mail Address
eric.filion@us.af.mil
(eric.filion@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Sources Sought Synopsis SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-19-Q-ATSS The United States Air Force, AFLCMC/ Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, Economically Disadvantaged Women-Owned (EDWOSB) and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing an Introduction to Aeronautics training course as defined in the attached Statement of Work. Firms that respond shall explain the details of the course they are providing, including specific topics covered, as well as the ability to meet all other requirements found in the statement of work. Detailed Specifications are listed in the attachment identified below: 1. Attachment 1- Statement of Work. All interested firms shall submit a response demonstrating their capability to provide this training to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quote) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 611430 (Professional and Management Development Training) with a size standard of $11,000,000. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a) Graduation Date ___, SDVO, EDWOSB, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14 as follows: By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - Services, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is NOT to be construed as a commitment by the Government, NOR will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will NOT be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The response must not exceed 15 pages. Responses may be submitted electronically to the following e-mail address: eric.filion@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Aeronautic Training" If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls or.xls documents are attached to your email not exceeding 10MB. All other attachments may be deleted. Responses may also be mailed to: AFLCMC/PZIBB, ATTN: POC- Eric Filion 1940 Allbrook Dr., Rm 109 Wright-Patterson AFB, OH 45433-5309 Or electronically at eric.filion@us.af.mil RESPONSES ARE DUE NOT LATER THAN 16 September 2019 BY 3:00 PM EST. Address questions regarding this sources sought to Eric Filion by phone at (937) 522-4520 or via e-mail at eric.filion@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-19-Q-ATSS/listing.html)
 
Record
SN05438368-W 20190912/190910231120-ec33b79d105399bb889193c7b09f632b (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.