Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

U -- Contract Aircrew Training and Courseware Development (CAT/CWD) for CONUS USAF

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
Reference-Number-FA4890-05-R-CATCWD
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
Description
Air Combat Command (ACC) is purchasing Contracting Aircrew Training (CAT) and Courseware Development (CWD) for Combat Air Forces (CAF). The contractor will provide nonpersonal services for CAT and CWD for the F-15C, F-15E, F-16, and F/A-22, aircraft to ACC within the Continental United States (CONUS). The training will consist of academic and ground device training for the Combat Air Forces (CAF) pilots. Seymour Johnson AFB, NC is the primary place of performance for courseware development and will support the F-15E Formal Training Unit (FTU). Aircrew training and limited courseware development will occur at Mission Training Center (MTC) and Full Mission Trainer (FMT) sites in support of Distributed Missions Training (DMT). These sites include Seymour-Johnson AFB NC (F-15E MTC), Eglin AFB FL (F-15C MTC), Langley AFB VA (F-15C MTC and F/A-22 FMT), Shaw AFB SC (F-16 CJ MTC), Mountain Home AFB ID (F-16 CJ and F-15E MTCs). Other aircrew training places of performance with older legacy systems include Cannon AFB NM (F-16 UTD), Mountain Home AFB ID (F-15C WST), Hill AFB UT (F-16 UTD). The successful offeror will assume full training and courseware commitments for the basic contract year on 1 Oct 06 through 30 Sep 07. (Phase-in will be accomplished prior to 30 Sep 06.) Four one-year options are planned for the period beginning 1 Oct 07 and ending 30 Sep 11. This posting serves as the government?s issuance of a sources sought notice. At this time, the government seeks industry input only from small business concerns to determine if this acquisition should be a total small business set-aside under the auspices of Federal Acquisition Regulation (FAR), Part 19. Therefore, any small business which intends to act as prime contractor for this requirement must submit a capability statement which reaches this office not later than 4:00 PM on 9 Sep 05. This capability statement must provide evidence that the small business can perform at least 51 percent of the work required and is certified and qualified as a small business concern. The statement should include the name, address, voice and fax numbers, point of contact, and poc email address. The size and current status of the small business concern including pertinent date information is also requested. The government will evaluate the capability statement for the following to assess interested small business?s ability to perform these services: evidence (current references and points of contact) of recent past and current experience in developing and conducting CAT/CWD in similar scope and scale (USAF fighter aircraft); the CAT/CWD expertise and experience of courseware development and instructor personnel and ability to hire such qualified personnel; corporate assets and resources which can be dedicated to or obtained for this effort; any perceived risks/limiting factors in performing these services and the ability to mitigate them; and the ability to provide an overall fair market price to the government. The capability statement may not be longer than 10 typewritten pages. Typing shall not be less than 12 pitch. The statements will be printable on 8 1/2? x 11? paper except for fold-outs used for charts, tables, or diagrams, which may not exceed 11? x 17?. Drawings, charts, illustrations, etc. count toward the page limit. A page is defined as one face of a sheet of paper containing information. Elaborate formats, bindings or color presentations are not desired or required. This information will be used for market research purposes only and will not be used in any resultant proposal evaluation later. All information will be protected and safeguarded as source selection sensitive in accordance with FAR 3.104-4. The North American Industry Classification System (NAICS) code is 611512 (small business threshold $21.5M). Statements may be mailed to: ACC CONS/LGCB, Attn: Ryan McCauley, 130 Douglas Street, Suite 401, Langley AFB, VA 23665. Statements may also be emailed in Microsoft Word to ryan.mccauley@langley.af.mil. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information throughout this acquisition process. A draft Statement of Work shall be uploaded to FEDBIZOPPS soon after this posting. Point of Contact: Ryan McCauley, Contract Manager, Phone 757-225-1951, Fax 757-764-9695. Email: ryan.mccauley@langley.af.mil
 
Place of Performance
Address: Seymoure Johnson AFB, NC, Eglin AFB, FL, Langley AFB, VA, Shaw AFB, SC, Mountain Home AFB, ID, Hill AFB, UT, Cannon AFB, NM,
Country: US
 
Record
SN00880500-W 20050828/050826212158 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.