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
MODIFICATION

U -- Command and Control (C2) CAT and CWD

Notice Date
9/10/2019
 
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
FA4890-19-R-A025
 
Archive Date
10/24/2019
 
Point of Contact
Zachary Ganiszewski, Phone: 7572254540, Kelli Wright, Phone: 7572251858
 
E-Mail Address
zachary.ganiszewski.1@us.af.mil, Kelli.wright.1@us.af.mil
(zachary.ganiszewski.1@us.af.mil, Kelli.wright.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
****The pre-proposal conference is currently postponed. Due to unforseen circumstances the new date for the conference will be posted at a later date**** PRE-SOLICITATION NOTICE FOR FA4890-19-R-A025 IAW FAR 5.204 : This is a pre-solicitation notice only. Headquarters Air Combat Command, Acquisition Management and Integration Center (AMIC) anticipates issuing a Request for Proposal (RFP) on or about 6 Sept 2019 with a closing date on or about 9 Oct 2019. The Government intends to make one award as a result of this RFP on or about 24 Apr 2020 based on the availability of funds. 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. THIS WILL BE A COMPETITIVE ACQUISITION SET ASIDE 100% FOR SMALL BUSINESS. 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. DESCRIPTION OF SERVICES: The Command and Control (C2) contract provides contract academic training (CAT), courseware development (CWD), distance learning architecture (DLA) services, training system support/mission system interface, and staff support services to the Control and Reporting Center (CRC), Battle Control Center (BCC), Air Operations Center (AOC), and Tactical Air Control Party (TACP) missions at various locations in ACC, ANG, AETC, USAFE, and PACAF. For CRC the contractor shall provide CAT and CWD support for the CRC formal training unit (FTU) at Luke AFB, AZ; DLA services for all CRC units; staff support to the FTU and selected operational CRCs; Electronic Attack (EA) training for the FTU and operational CRCs; and training system support for the CRC at Aviano AB, IT (USAFE). For BCC the contractor shall provide CAT and CWD support for BCC units in the US and PACAF; DLA for all BCC units; and staff support to the selected operational BCCs. For AOC the contractor shall provide DLA services for all AOC units. For TACP the contractor shall provide simulator operations/maintenance personnel for TACP units. We will be meeting at 607 ACS, 14793 W. Cosair St, Luke AFB, AZ, 85309. All potential offerors are encouraged to attend. Offerors desiring to attend the conference must pre-register seven (7) calendar days prior to the conference. Offerors that do not pre-registered may not have access to the base/facilities. The Government reserves the right to cancel or reschedule the conference. The Government will not be liable for any expense incurred by offerors prior to contract award. The number of attendees shall not exceed three (3) per company or five (5) per joint venture/partner arrangement. The registration information shall include the company name, individual name(s), phone number and social security number, and security clearance level of each attendee. This information is for security purposes and access to the base/facilities. The Government requests this information under the authority of 10 U.S.C. 8013. Offerors must submit their pre-registration notification by e-mail to Capt Zachary Ganiszewski. NOTE: A DRAFT Performance Work Statement (PWS) attached <!-- /* Font Definitions */ @font-face {font-family:"Cambria Math"; panose-1:2 4 5 3 5 4 6 3 2 4;} @font-face {font-family:Calibri; panose-1:2 15 5 2 2 2 4 3 2 4;} @font-face {font-family:"Segoe UI"; panose-1:2 11 5 2 4 2 4 2 2 3;} /* Style Definitions */ p.MsoNormal, li.MsoNormal, div.MsoNormal {margin-top:0in; margin-right:0in; margin-bottom:8.0pt; margin-left:0in; line-height:107%; font-size:11.0pt; font-family:"Calibri",sans-serif;}.MsoChpDefault {font-family:"Calibri",sans-serif;}.MsoPapDefault {margin-bottom:8.0pt; line-height:107%;} /* Page Definitions */ @page WordSection1 {size:8.5in 11.0in; margin:1.0in 1.0in 1.0in 1.0in;} div.WordSection1 {page:WordSection1;} -->
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-19-R-A025/listing.html)
 
Record
SN05438725-W 20190912/190910231234-cce46319649a26b8eeac8862833a1169 (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.