Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOURCES SOUGHT

U -- SOURCES SOUGHT NOTICE FOR KC-135 AIRCREW TRAINING SYSTEM (ATS)

Notice Date
12/12/2019 7:04:01 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA8223 AFLCMC WLDK HN HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
SSKC135ATSFA822310C0013
 
Response Due
1/10/2020 12:00:00 PM
 
Archive Date
01/25/2020
 
Point of Contact
Stephen Ritter, Phone: 937.904.4898, Joseph McCartan, Phone: 937.656.7990
 
E-Mail Address
stephen.ritter.5@us.af.mil, joseph.mccartan@us.af.mil
(stephen.ritter.5@us.af.mil, joseph.mccartan@us.af.mil)
 
Description
SOURCES SOUGHT NOTICE FOR KC-135 AIRCREW TRAINING SYSTEM (ATS)INTRODUCTION:Air Force Life Cycle Management Center (AFLCMC), Agile Combat Support (ACS), Simulators Division has a requirement for providing instructor training to meet student throughput, contractor logistics support (CLS), interoperability, and concurrency for the KC-135 Aircrew Training System (ATS) for up to six (6) months (01 October 2020 - 30 March 2021) with no initial contract transition time.AFLCMC, ACS, Simulators Division intends to exercise a six-month option with the current large business contractor, CAE, in accordance with (IAW) FAR 52.217-8 Option to Extend Services. The purpose of utilizing the Option to Extend Services clause is to provide continued, uninterrupted support of the KC-135 aircrew training for all KC-135 ATS pilots, navigators, and boom operator students without a break in service. In addition, there is an Operational Flight Trainer (OFT) being utilized at CAE’s facility while it waits for the new site at MacDill AFB, FL to complete. The current MILCON schedule has the site being ready in March 2021. The device needs to be in storage for as little time as possible, to ensure student training continues in the Southeast region. If the site is not ready as scheduled, a storage facility will have to be identified within a 50-mile radius of MacDill, to store the OFT. Currently, the KC-135 ATS program is conducting an Unrestricted Pool, Fair Opportunity Selection (FOS), Indefinite Delivery/Indefinite Quantity (IDIQ) order that will not meet the requirement of an operational MacDill site prior to the current contract expiration.No Solicitation is being issued at this time. This Sources Sought notice is not a request for competitive proposals. All responsible sources may submit a capability statement in response to this notice. The Government will consider any capability statements received by the closing date. Information received will be considered for the sole purpose of determining whether to conduct a competitive procurement. This determination is based upon the responses to this notice and is solely within the discretion of the Government. Responses will not be considered as a formal offer to the Government nor result in a binding contract. The Government will not reimburse participants for any expenses associated with participation in this Sources Sought synopsis. This requirement is separate and distinct from the KC-135 TS TSA III task order.The period of performance (PoP) is for six (6) months (01 October 2020- 30 March 2021) with no initial transition period. Performance locations include Altus AFB Altus, OK, March ARB Riverside Co, CA, JB Pearl Harbor-Hickam Honolulu, HI, Kadina Okinawa, Japan, Fairchild AFB Spokane, WA, Scott AFB, St Clair Co IL, General Mitchel ANGB Milwaukee, WI, Grissom JARB, Kokomo IN, Rickenbacker ANGB Columbus, OH, Pittsburgh ANGB Coraopolis, PA, Mildenhall RAFB Bury Saint Edmunds, United Kingdom, MacDill AFB Tampa, FL, and CAE Tampa, FL.INSTRUCTIONS FOR RESPONSES: Please read the Purpose/Description for this effort. Please read the attached draft Performance Work Statements (PWS) to determine if your company has the expertise, capabilities, and experience to perform the requirements anticipated for this extension of services contract within the time frame required for uninterrupted training After review, should the offeror be able to meet the KC-135 ATS requirements and schedule, including starting 01 October 2020 with no initial transition period, the offeror may respond to this Sources Sought. The offeror’s response shall be a clear, concise explanation of how it can meet the KC-135 ATS requirements following the communication instructions below. The response must include an explanation of how the offeror can start 01 October 2020 with no initial transition period and fulfill all of the KC-135 ATS PWS requirements.PURPOSE/DESCRIPTION:This effort is for student training/instruction, CLS, interoperability, and concurrency for the KC-135 ATS for a period of six (6) months. Currently, the KC-135 TS program is conducting an Unrestricted Pool, FOS, IDIQ order. The facility at MacDill will not be ready for occupancy prior to the delivery order.Personnel will require a security clearance at the “SECRET” level. Some of the Training facilities are classified for “SECRET” access.The KC-135 ATS program provides support for Air Mobility Command (AMC); the program provides the USAF with a long-term training solution for the KC-135R and T Model Stratotanker. Within the KC-135 ATS program, aircrew training/instruction, CLS, interoperability, and concurrency, is under an O&S contract. The AMC training program provides classroom and flight simulator instruction to KC-135 pilots, navigators, and boom operators based upon the annual requirements as determined by the student throughput identified by AMC. The KC-135 ATS contractor will provide instruction, and is required to be capable of delivering guaranteed students to the operational Air Force Using Commands. The contractor also will provide operations of the Training System Support Centers (TSSC) at Altus AFB, OK for support of AMC devices and sites. Concurrency upgrades for all devices is also managed by the TSSC.All information submitted should support the offeror’s capability to provide the items/services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror’s bona fide capability to provide these services. Verbal responses are not acceptable and will not be considered. The primary North American Industry Classification System (NAICS) code that applies is 611512, Flight Simulation Training.COMMUNICATION:Interested parties may identify their interest and demonstrate the capability of performing the requirement within the PoP herein by responding to this requirement via email in Microsoft or Adobe format to stephen.ritter.5@us.af.mil. Subject Line: “Response to KC-135 ATS Sources Sought Extension of Services Contract”. Please keep email size below 8MB. Marketing materials are considered insufficient for demonstrating interest or capability of performing the requirement. Hardcopy material is not needed or requested. Your electronic response should be no more than 5 pages (8.5x11 inches); Times New Roman, 12 point font, one-inch margins. Please include only one (1) response per company. All electronic responses must be received no later than 3:00PM Eastern Standard Time (EST) 10 January 2020.For questions please email: stephen.ritter.5@us.af.mil For technical questions: Attention: Mr. Vincent Gibson and Mr. Jonathan KnoxFor contractual questions: Attention: Mr. Joseph McCartan and Mr. Stephen RitterIn addition, offerors must identify an authorized representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly.Attachment: KC-135 ATS Performance Work Statement (PWS) Note: KC-135 ATS refers to current contract. KC-135 TS refers to the follow-on contract going through re-competition selection process.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/130435d09a534cf182a05d0a67fd52c9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05515803-F 20191214/191212230311 (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.