Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

U -- 319 CTS and 533 TRS Space Power Training

Notice Date
4/7/2021 5:00:04 PM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
FA2518 USSF ESD USSF HQ DIVISION PETERSON AFB CO 80914-4184 USA
 
ZIP Code
80914-4184
 
Solicitation Number
Space_Power_Training_01
 
Response Due
4/30/2021 3:00:00 PM
 
Archive Date
05/15/2021
 
Point of Contact
Patrick Heppard, Phone: 7195546928
 
E-Mail Address
patrick.heppard@us.af.mil
(patrick.heppard@us.af.mil)
 
Description
319th COMBAT TRAINING SQUADRON (319 CTS) and 533rd TRAINING SQUADRON (533 TRS) SPACE POWER TRAINING Private Industry, This Request for Information (RFI) and Sources Sought (SS)�is issued by the United States Space Force, Space Acquisition Management Directorate (SAM-D). This is not a Request for Proposal (RFP). No contract award will be made on the basis of any response(s) to this notice. PURPOSE: The purpose of this notice is to conduct market research for an unrefined agency requirement and seek industry comments in response to the Draft Performance Work Statement (PWS) attached to better shape the requirement and the acquisition strategy. The results of this RFI/SS�will be used as an effort to further define the requirement, obtain competition, identify qualified potential sources, and promote fair opportunity to the maximum extent practicable in accordance with (IAW) FAR 5.002 and FAR 16.505(b)(iv). SMALL BUSINESS SET-ASIDE : The contracting officer will use the responses received from this notice to determine if a small business set-aside is appropriate either through beta.sam.gov or an indefinite-delivery/indefinite-quantity (IDIQ) government-wide contract vehicle (i.e. GSA OASIS, GSA HCaTS). The Contracting Officer must determine if there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery IAW FAR 19.502-2(b) and FAR 19.203.� When responding�as a small business, please also include any capabilities that will be performed through teaming arrangements (i.e. subcontracting and/or joint ventures). � UNRESTRICTED COMPETITION: Contracting officers shall provide for full and open competition/fair opportunity through use of the competitive procedure(s) that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently IAW FAR 6.101(b) and FAR 16.505(b). The contracting officer will use the responses received from this notice to determine if it is appropriate to either solicit�as a small business set-aside or an unrestricted competition �through beta.sam.gov�or an indefinite-delivery/indefinite-quantity (IDIQ) government wide contract vehicle (i.e. GSA� OASIS, GSA HCaTS). PROCUREMENT HISTORY FOR SIMILAR SERVICES: Award Date: 27 August, 2018; Acquisition type: 8(a) Direct Award; Contract number: FA251718C7000; Contractor: Aleut Aerospace Engineering, LLC; and Cage: 6Q8U4. NAICS: 611430; The contract included non-personal, professional support to the 319th CTS to meet overall objectives of (1) operationally focused foundational and advanced training courses in response to Headquarters (HQ) United States Space Force (USSF) requirements, and (2) providing all personnel, transportation, tools, materials, supervision, other items necessary to accomplish the training courses. Performance is located at [Redacted]�Peterson AFB, CO 80914. Award Date: 24 January, 2017; Acquisition type: 8(a) Direct Award; Contract number: FA251717C7001; Contractor: Aleut Aerospace Engineering, LLC; and Cage: 6Q8U4. NAICS: 611430; The contract included non-personal, professional support to the 319th CTS to meet overall objectives of (1) operationally focused foundational and advanced training courses in response to HQ�USSF requirements, and (2) providing all personnel, transportation, tools, materials, supervision, other items necessary to accomplish the training courses. Performance is located at [Redacted] Peterson AFB, CO 80914. DESCRIPTION OF SERVICES: The 319th CTS and 533rd TRS have an overall requirement objective for providing (1) operationally focused foundational and advanced training courses in response to HQ�USSF�requirements, (2) providing security support, and (3) providing all personnel, transportation, tools, materials, supervision, other items and non-personal services necessary to accomplish the training courses. Travel may be required. PRIMARY PERFORMANCE LOCATIONS: 319th CTS: [Redacted], Peterson AFB, CO 80914. 533rd TRS: [Redacted], Vandenberg AFB, CA 93437. NAICS: Current expectation is falling into 611430 (when outside of an IDIQ government-wide contract vehicle), with a size standard of $12,000,000.00, Professional and Management Development Training. GWAC NAICS is unknown at this time.� Please propose any other NAICS you consider appropriate for this acquisition along with rationale for recommending the NAICS. ANTICIPATED PERIOD OF PERFORMANCE/CONTRACT TYPE: The anticipated contract will be a majority Firm Fixed Price contract towards labor. Period of Performance: one (1) 12 month base period and four (4) 12 month option periods. Clause 52.217-8, Option to Extend Services, will be included as well. ANTICIPATED CONTRACT AWARD DATE: Prior to 24 Jan 2022 INFORMATION REQUESTED: At a minimum, Potential Offerors shall provide complete/sufficient responses to questions below. The Contracting Officer may deem incomplete/insufficient responses received from potential Offerors as a not capable company. 1. Company name, address, CAGE, DUNS,�and point of contact to include telephone number and email address of your�company. 2.�Specify your business type (large business, small business, small disadvantaged � business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business based upon NAICS 611430 .� Specify all that apply. 3. Provide an additional NAICS code and/or GSA OASIS POOL/ Other GWAC with justification that you would recommend as being more applicable. Responses may be used to develop and/or determine �which NAICS and possibly GWAC to be used and if small business prime and subcontracting opportunities exist for this requirement. 4. Performance Work Statement (PWS) Review: The government requests that prospective�companies review the PWS attachment and offer comments or suggestions, with specific references to the attachments (section, paragraph number, page number). Any changes to the Draft PWS will be at the discretion of the Contracting Officer. The attachments (1) 319 CTS OI 36-2203 (22 Feb 2020) and (2)�319 CTS Curriculum Development Guide (18 Mar 2021) are for supporting the PWS. 5. Capabilities. Please use the attached or similar matrix ( Power Training Past Performance Capability Matrix"") to identify your capability to meet all areas of the PWS.� Also, please identify what areas of the PWS you will utilize teaming partners and/or subcontractors to accomplish. �Provide information regarding your company's recent (within 5 years from date of this notice) and relevant capabilities to successfully perform this requirement. Relevancy includes the number of Full-Time-Equivalents (FTEs) , contract value, and �period of performance for the effort(s). You may include any government contracts (Federal, State, or local) and if possible private industry contracts you have been awarded for this type of requirement.� Identify if your company was the prime contractor or a subcontractor for these contracts. a)��Include if you have the expectation to compete for the requirement. b) What level of experience does your company have with space systems classroom and distance learning (asynchronous) instruction and development of the SpacePower Disciplines (SPD) of Orbital Warfare, Space Electronic Warfare, Space Battle Management, Space Access and Sustainment, support to space operations (intelligence, cyberspace, acquisition/engineering)? c)� Please use the attached or similar matrix (319 CCTS and 533 TRS Space Power Past Performance Capability Matrix) to identify your capability to meet all areas of the PWS.� Also, please identify what areas of the PWS you will utilize teaming partners and/or subcontractors to accomplish. What type of qualifications does your company believe would be required to instruct SPD courses? d)� Specify the level of knowledge/experience as it pertains to �space systems particularly with in ground-based radars, infrared satellite systems/sensors, position/navigation/timing satellites/signals, satellite systems/sub-systems, satellite tracking telescope systems (ground- and space-based), USSPACECOM and USSF organization and command/control mechanisms, and space support to combat operations. e) Identify�experience levels with support functions/activities to support the instruction listed above, including industry qualifications in the areas of Information Technology (networks/servers at UNCLAS to TS/SCI), Database Management (e.g. SQL, Oracle), website development/sustainment, audiovisual support (video, graphics), Instructional System Development (ISD) of courseware, and student administration (registration/scheduling). f) What is your company�s ability to manage geographically separated locations? g) What is your company�s general recruiting/training strategy? h) Proposal Timeline: State if your company can provide a proposal within 14 days of solicitation or requires at least 30 days. i) Commerciality: Address if the requirement is commercial or non-commercial service. Please provide a supporting contract that was previously listed as commercial or non-commercial. j)� Telecommuting: IAW FAR 7.108, Additional Requirements for Telecommuting, describe the availability to telecommute towards security requirements, possible benefits, and possible issues allowing during performance of the requirement. k)� Government Furnished Equipment: Address any equipment expected to be provided by the government towards the performance of the requirement. l)� Contract Type: For the work described, what contract type (i.e. FFP, CPFF) would be most beneficial and why? What would be the best payment structure? m) Approved Accounting System: Please notify us if you have an approved accounting system allowing cost reimbursement type contracts. n)�Severability: Address if the requirement is a severable or non-severable service. Please provide a supporting contract that was previously listed as severable or non-severable. o) Nondevelopmental: Address if there are requirements that are developmental or non-developmental items needed as part of the PWS. Please provide a supporting contract that was previously listed as developmental or non-developmental. p)�Facility Clearances: please provide what your facility clearance level is. q) Security Clearances: What level of security clearances have you supported in the past? What number of clearances have you supported? Would you be able to support on day one of contract performance? r) Supplier Performance Risk System (SPRS): Do you have�Basic NIST SP 800- 171 Assessment in SPRS accomplished? The Contracting Officer will review and consider all responses and/or questions received. However, it is at the Contracting Officer�s discretion to provide or not provide a written and/or verbal response to any questions received. RESPONSES: All submissions for this notice shall be submitted via email to patrick.heppard@us.af.mil. Submissions shall reference the proper subject � RFI/SS Response for 319th CTS and 533rd TRS. Please, provide clear, concise, and complete answers via e-mail NO LATER THAN 4:00pm MDT on 30�April, 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/45d5f09e8602404cadac7b1626f267ac/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN05965537-F 20210409/210407230118 (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  © 1994-2020, Loren Data Corp.