Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2022 SAM #7553
SOURCES SOUGHT

U -- RQ-4 & U-2 CONTRACT AIRCREW TRAINING AND COURSEWARE DEVELOPMENT

Notice Date
8/3/2022 11:33:59 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Solicitation Number
ACC_AMIC_RQ4U2CATCWD_2023
 
Response Due
8/19/2022 10:00:00 AM
 
Archive Date
08/22/2022
 
Point of Contact
Ian Larsson, Kelli A. Wright
 
E-Mail Address
ian.larsson@us.af.mil, kelli.wright.1@us.af.mil
(ian.larsson@us.af.mil, kelli.wright.1@us.af.mil)
 
Description
Sources Sought Notice for Information Only: This Sources Sought Notice is issued for informational and planning purposes only. This is not a Request for a Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract; however it is the responsibility of the interested parties to monitor the SAM.gov website for all subsequent postings. AMIC is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this notice will be used within the Air Force to facilitate decision making and will not be disclosed outside of the government. This request for information is in accordance with the acquisition policy as stated in Part 10, Market Research, of the Federal Acquisition Regulation (FAR) that market research may involve interactive on-line communication between government and industry. The Air Combat Command Acquisition and Management Integration Center, (ACC AMIC), Langley AFB VA, is seeking information concerning the availability of capable contractors to provide services to perform RQ-4 �Global Hawk�, U-2 �Dragon Lady� and U-2 T-38 Companion Trainer Program (CTP) Contract Aircrew Training and Courseware Development (CAT/CWD) in support of operations at Beale AFB, CA and Grand Forks AFB, ND. �Please see the draft Performance Work Statement (PWS) (Attachment 1) for size, scope, and complexity of this requirement. �This requirement requires all offerors possess a TOP SECRET clearance in order to be eligible for award. �The places of performance are Beale AFB, CA and Grand Forks, ND. �The period of performance will cover a 2-month Phase-In, 1-Base Year and 4 One-Year option periods. �The Government intends to make an award on or about 1 February 2023.� If your firm is capable of providing the service as described in this notice and the draft PWS, please submit the following information to Capt Ian Larsson at ian.larsson@us.af.mil and Kelli Wright at kelli.wright.1@us.af.mil by 1:00 p.m. Eastern Standard Time on� 19 August 2022: 1.�� �Company Cage Code, DUNS, name, address, point of contact, telephone number and email address.� 2.�� �The North American Industry Classification System (NAICS) code 611512, Flight Training, with a corresponding size standard of $30M. �If your firm disagrees with the NAICS designation of 611512; include your rationale for potential selection of a different NAICS. � 3.�� �Is your company certified as a small business concern as specified for the service industries with NAICS Code 611512. �If you are requesting a set-aside action other than a small business set-aside, please identify the appropriate set-aside program for which you wish to be considered. 4.�� �GSA schedule holders should identify their GSA schedule information that supports the requirement described in this announcement. �GSA schedule information should include the GSA contract�s applicable NAICS. 5.�� �Capabilities Package (no more than 10 pages total). Package should include general information and technical background describing your firm�s experience in contracts requiring similar efforts to meet the program objectives and address the following areas: a)�� �Do you intend to submit a proposal as a prime contractor for this requirement? �If so, address your company�s ability to manage and integrate subcontract efforts. b)�� �Submit evidence of experience and ability to provide management, supervision, labor, training, tools, equipment, transportation and materials necessary to perform CAT/CWD operations. Provide references and points of contact. c)�� �Please include brief information on your company�s technical and financial resources to be able to meet the program requirements of this nature and size as detailed in the documents posted to the Federal Business Opportunities website. Lastly, Attachment 2 Draft Evaluation Criteria, is included for your review and comment. �The Government intends to utilize Trade-off procedures IAW FAR 15.101-1, for the evaluation and selection for award for this requirement. �Lowest-price, technically acceptable (LPTA) procedures will not be used for this effort. �It is requested offerors provide comments and suggestions as to how the Government can revise or include additional evaluation criteria that will assist in the selection for award of the proposal that represents the best value for the Government. This information will only be used for market research and acquisition strategy purposes and will not be used for proposal evaluation once the RFP has been posted. All information received will be protected and safeguarded as Source Selection information in accordance with FAR 3.104, Procurement Integrity. Again, please submit your responses via email to Capt Ian Larsson at ian.larsson@us.af.mil and Mrs. Kelli Wright at kelli.wright.1@us.af.mil by 1:00 p.m. Eastern Standard Time on 19 August 2022. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on SAM.gov will not be made available. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6a4593769aa404391109f59bf6c84dd/view)
 
Place of Performance
Address: Beale AFB, CA 95903, USA
Zip Code: 95903
Country: USA
 
Record
SN06413492-F 20220805/220803230118 (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.