Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SOURCES SOUGHT

U -- REQUEST FOR INFORMATION/SOURCES SOUGHT - C2 CAT/CWD '26 - '31 Recompete

Notice Date
5/15/2024 8:46:33 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Solicitation Number
FA4890-24-R-0037
 
Response Due
5/27/2024 11:00:00 AM
 
Archive Date
06/11/2024
 
Point of Contact
Anita Rochford
 
E-Mail Address
anita.rochford.2@us.af.mil
(anita.rochford.2@us.af.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) (SOLICITATION NUMBER FA489024R0037) FOR PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT CLOSES 2:00 P.M. EASTERN STANDARD TIME ON FRIDAY, MAY 27, 2024. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items/services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. The Government is seeking inputs from US Firms only. The applicable North American Industry Classification System (NAICS) for the requirement is 611512, Flight Training with a size standard of $34M. Interested parties must be registered under NAICS 611512 in www.sam.gov. The Government plans to consider all information submitted in response to this RFI. Air Combat Command�s Acquisition Management and Integration Center (ACC AMIC), Joint Base Langley AFB, VA, is in the process of determining the acquisition strategy to obtain non-personal services for the Command and Control (C2), Contract Academic Training (CAT), Courseware Development (CWD), and Distance Learning (DL), here after known as the C2 CAT/CWD contract. The C2 CAT/CWD contract provides services for the Command and Control (C2) contract providing contract academic training, courseware development, distance learning services, training system support/mission system interface, and staff support services to multiple CONUS. The Air Force has identified a shortfall in personnel associated with 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), Battle Management Command and Control (BMC2) Training Center, and Tactical Air Control Party (TACP) missions at various locations in ACC, ANG, AETC, USAFE, and PACAF locations and other potential locations that may be required in the future. Without contractor support in these areas the Air Force will be unable to maximize operational effectiveness and combat capability as well as unable to preserve Air Force personnel and material resources since the Air Force cannot provide enough manning to meet the current requirements for training at these different locations. This is a recompete of a current requirement. The current contract is FA4890-20-C-0013 and was awarded to Advanced Concepts Enterprises, Inc. on 23 July 2020. The period of performance for this recompete will cover a two-month phase-in period, one ten-month base year, and four twelve-month options. The Government expects to make an award on or about 1 December 2025, with the two-month phase-in starting 1 February 2026. This acquisition will be issued as a Request For Proposal (RFP) on or about 4 November 2024. Please note this is an estimated posting time and it is the responsibility of the interested parties to monitor SAM.gov for all subsequent postings. A draft Performance Work Statement (PWS) dated 15 May 2024 is posted in conjunction with this notice (Attachment 1) to provide the size, scope, and complexity of this requirement. A determination regarding the set aside status for this effort has not been made. Interested small business concerns are encouraged to submit a capabilities package. The capabilities package shall be no more than three pages total outlining key business abilities relevant to this requirement (refer to PWS for description of performance requirements). The capabilities package also needs to clearly state if the small business concern believes they can perform the requirement as the prime or if they will need an additional business partner to perform the requirement (i.e., through a joint venture, subcontractor, etc.). Other than small businesses are still requested to submit a capabilities package in line with the guidance above. For the Contracting Officer (CO) to set aside any acquisition over the SAT for small business, there must be a reasonable expectation that offerors�can satisfactorily perform contract requirements and that award will be made at a fair market price. Total set-asides cannot be made unless such a reasonable expectation exists. The Government believes that it is mutually beneficial to determine the capability of offerors eligible for set-aside early in the procurement process to preclude the need for modification of the acquisition strategy later. The Government is not requesting technical/management proposals, only capability information that will be used as market research to develop the acquisition strategy and solicitation. All interested businesses, whether large or small, who believe they can perform the requirement should address the questions found in Attachment 2 to this notice as part of the business�s response to this RFI. Responses to the questions in Attachment 2 are limited to an additional 20 pages. All companies are encouraged to respond and submit the requested information to this office by 2:00 p.m. Eastern Standard Time on Friday, May 27, 2024. Further, we are conducting Market Research to determine whether this requirement should be procured as Commercial versus Non-Commercial, feedback on the current draft PWS, and some acquisition and source selection related topics. We are requesting all potential offerors to complete Attachment 2 and return with their responses. The information acquired from such market research will be used to determine whether the requirement should remain a commercial acquisition, what type of set-aside (if any) should be used, and help to inform the acquisition strategy as a whole. Small Business concerns are highly encouraged to respond to this request for the Government to determine if this acquisition should be considered for a total small business set aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19. Interested parties must be registered under NAICS 611512 at www.sam.gov. The Government plans to consider all information submitted in response to this RFI. Please review the associated draft PWS (Attachment 1) and the questionnaire (Attachment 2). Question 20 in Attachment 2 allows for your company to provide any additional input you would like considered as we formulate the acquisition. Questions regarding this announcement shall be submitted in writing via email to the Contracting Officer, anita.rochford.2@us.af.mil. Verbal questions will NOT be accepted. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items/services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f46a5f33cd74983bccc5296db5d33be/view)
 
Place of Performance
Address: Langley AFB, VA, USA
Country: USA
 
Record
SN07065897-F 20240517/240515230053 (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.