Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOURCES SOUGHT

U -- Special Warfare Training Wing Support Services

Notice Date
12/3/2019 1:41:47 PM
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
FA3002 338 SCONS CC RANDOLPH AFB TX 78150 USA
 
ZIP Code
78150
 
Solicitation Number
FA3002-20-RFI-SW
 
Response Due
8/13/2019 7:00:00 AM
 
Archive Date
08/28/2019
 
Point of Contact
jessica.santos@us.af.mil
 
E-Mail Address
jessica.santos@us.af.mil
(jessica.santos@us.af.mil)
 
Description
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 work statement (PWS) 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 611699, All Other Miscellaneous School and Instruction, with a small business size standard of $11.0 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 Special Warfare (SW) Support Services in accordance with (IAW) the PWS.DESCRIPTION: As part of the effort to support and sustain this requirement, the Special Warfare Training Group has developed the SW Preparatory Course. The SW Preparatory course requires specific technical skills and services to execute an established curriculum. The purpose of the SW Preparatory Course is to establish an individual conditioning base, develop physical training, aquatic skills, and reinforce military discipline with a goal to teach nutrition, injury prevention, swim techniques, operator attributes and enhanced mental resiliency that will improve performance and minimize attrition within the SW pipeline. This is accomplished through training, mentoring, and coaching SW students in SW-specific core physical and mental skills. Since success in Air Force Specialty Code (AFSC) specific courses of initial entry is significantly higher for physically and mentally prepared students, the objective of this course is to positively impact the historically high attrition rate evident in the selection phase of SW training.To meet the overarching goals, the Tactical Lifecycle Program Management Process (TLPMP) will be executed with a single organization of trained staff across the SW enterprise to include training pipelines, operational units and deployed environments. This integrated approach leverages critical, yet basic operating principles: unity of effort, unity of command and unity of action to support all aspects of SW mission sets. The TL Program will monitor, measure, improve and strengthen an operator's performance, readiness and long-term effectiveness using current and emerging technologies aligned with multi-domain subject matter expertise. Working under the guidance and approval of the Special Warfare Human Performance Squadron (SWHPS), this program will be designed to provide support staff, supervisors and leaders at every echelon with relevant and actionable metrics on each human's readiness status, ability to perform and insights to increase levels of optimal performance and risk mitigation strategies to improve effects of mission related activities. The successful outcome is an operator who remains mentally and physically healthy and fit beyond their respective service commitment.A formalized Assessment & Selection (A&S) course demands that personnel attending the course arrive physically and mentally prepared and require little or no training during the course. Therefore, development of the SW A&S program will concentrate on developing a series of tasks, tests, data collection means, and evaluation methods and criteria that will standardize the SW assessment and selection process. Clear and concise course objectives will be developed and established so that evaluator subjectivity is minimized. Furthermore, evaluator to candidate ratios will be developed per event and will be designed to allow evaluators to fully assess each candidate's performance and provide fair and accurate evaluations.(Note: The description herein is a summary of the required services and is not intended to be all-inclusive).The anticipated total period of performance will be structured with a 12-month basic period and up to two (2) 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, DUNS, Cage Code, mailing address, phone number and e-mail address to the contracting office. See attached DRAFT (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, Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number. 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 611699. F. State whether your firm is large, small business, small disadvantaged business (SDB), 8(a)-certified small business, historically underutilized business zone (HUBZone) small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), woman-owned small business (WOSB) based upon the for North American Industry Classification System (NAICS) code 611699.2. 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. 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?6. Describe your company's capabilities and experience with SMARTABASE Athlete Data Management Software?7. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)8. What source selection method would best mitigate risk of unsatisfactory performance?9. What type of contract would be most conducive to satisfactory performance and the optimal share of risk between the Government and the future contractor?10. Should this be categorized as commercial or non-commercial? Why?11. What recommendations do you have for the PWS that will better define the requirement and decrease risk of unsatisfactory performance?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.All interested firms that possess the capabilities are encouraged to respond to the notice by providing the information specified above no later than 0800 (CST), on 13 AUGUST 19. 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: Candice Richardson Email: candice.richardson.1@us.af.mil Phone: 210-652-8319Contracting Officer: Jessica Santos Email: jessica.santos@us.af.mil Phone: 210-652-9757ATTACHMENTS:1. DRAFT PERFORMANCE WORK STATEMENT
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b5765756580340018afcf4d6648a71df/view)
 
Place of Performance
Address: See RFI Attachment , USA
Country: USA
 
Record
SN05508005-F 20191205/191204050244 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.