Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

U -- Request for Information (RFI)- USAF Test Pilot School Jetpack BPA

Notice Date
2/19/2025 3:15:30 PM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
241209082130
 
Response Due
2/26/2025 1:30:00 PM
 
Archive Date
03/13/2025
 
Point of Contact
Cole Staron, Phone: 6612772047, Brianna Vicsotka, Phone: 6612773056
 
E-Mail Address
cole.staron@us.af.mil, brianna.vicsotka.1@us.af.mil
(cole.staron@us.af.mil, brianna.vicsotka.1@us.af.mil)
 
Description
This announcement constitutes a Sources Sought Synopsis and Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities to provide commercial items and services. This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. Parties that respond will not be paid for the information submitted. The Air Force is hereby requesting capability statements and other information from interested sources. The USAF TPS at the Air Force Test Center at Edwards AFB, CA TPS is requesting flights with a jetpack/jetsuit (man-sized) system that allows for limited airborne flight in support of the staff and student qualitative evaluation flights. TPS/QE is requesting 125 flights (goes) per year. Each person flying will receive classroom instruction and several flights (2-3) in the jet suit. The number of sorties each student receives will be based on individual�s proficiency with the jetsuit. The system/instruction should: Consist of small jet engine(s) that will allow the flyer to hover and maneuver mid-air. Altitude of flights/goes should be limited to only several meters off the ground. Include a robust safety system and have available, to include but not limited to: harnesses, helmets, face masks, padding and safety wires. Proper classroom instructions and system familiarization shall be provided to each flyer prior to flight. All training and flight activities shall occur at a facility within 100 miles of Edwards AFB, CA. The AFTC anticipates awarding a contract under the associated North American Industry Classification System (NAICS) code 611512 with a standard size of $34,000,000 dollars and a Product Service Code (PSC) of U099. A BPA contract lasting one (1) year plus an additional four (4) option years will be contemplated. System for Award Management (Sam.gov) registration is mandatory for this contract (see SAM.gov website at (https://sam.gov/content/home). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition strategy. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on SAM.gov. Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, include highlights of experience on similar government or commercial contracts/agreements. In addition, please indicate the following: Business size (Large or Small) CAGE Code/DUNS A list of any contracts or other agreements similar in nature including: Program/project name Contract number or other identifiers Administering office/address Point of contact with the current telephone number/Email Adress. The AFTC will not pay for information or comments provided and will not recognize any cost associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double space pages. Responses shall not be proprietary and will be unclassified. Interested vendors should submit responses no later than 26 February 2025 by 4:30PM Pacific Standard Time (PST). Small Business sources responding should state their business size status based on the NAICS referenced above. Replies to this RFI should be sent via email to: Contract Specialist - Cole Staron AFTC/PZZD, cole.staron@us.af.mil Contracting Officer - Brianna Vicsotka AFTC/PZZD, brianna.vicsotka.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ebc7adf0fce64275b90dde2e2996caab/view)
 
Place of Performance
Address: CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07347305-F 20250221/250219230038 (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.