Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOURCES SOUGHT

U -- Undergraduate Flying Training (UFT)

Notice Date
5/24/2006
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-06-R-0031
 
Response Due
6/5/2006
 
Point of Contact
Andrew Feutz, Contract Specialist, Phone 210-652-6487, Fax 210-652-2304, - Kevin Shackleford, Contracting Officer, Phone 210-652-6487, Fax 210-652-2304,
 
E-Mail Address
andrew.feutz2@randolph.af.mil, kevin.shackleford@randolph.af.mil
 
Description
1. The Air Education and Training Command (AETC), Randolph Air Force Base (AFB), Texas, is soliciting interest and capability statements for a competitive acquisition for training services to provide courseware development, simulator and academic instruction for Undergraduate Flying Training (UFT) for the T-1, T-6, T-37 and T-38 aircraft; Introduction to Fighter Fundamentals (IFF); Undergraduate Remotely Piloted Vehicle (RPV) Training; and Combat Systems Officer (CSO) Training services in support of the UFT and other United States Air Force (USAF) training requirements. Services shall be provided to aircrews as assigned by AETC, currently located at Randolph AFB, TX; Vance AFB, OK; Columbus AFB, MS; Sheppard AFB, TX; and Laughlin AFB, TX. The contractor shall provide sufficient, qualified instructors, operational, administrative, management and supervisory personnel to perform the required training services. 2. The purpose of publicizing notices for potential actions is to increase competition, to broaden industry participation in meeting Government requirements, and to assist small businesses in general in obtaining contracts and subcontracts. This is not a Request for Proposal (RFP), but instead is a market research tool to determine the availability and adequacy of potential sources prior to issuing the RFP. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The North American Industrial Classification System (NAICS) code 611512 applies. Firms responding to this announcement should indicate their business size for code 611512, particularly if they are a small business (the small business size standard is $21.5 million). “Small business” means small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business. If business size is transitioning to other than “small business” in the next 90 days, please indicate as such. 3. This sources sought notice is for planning purposes only and is not to be construed as a commitment by the Government. It is not the intention of the Government to enter into a contract based on this notice or to otherwise pay for information solicited. If the Government decides to contract for this effort at a later date with the issuance of an RFP to industry, the value of the resulting contract is estimated to be $400 million for a period of 6 years. The anticipated award date is September 2007. 4. Contractors will require a SECRET facility clearance. The contract will include a DD Form 254, Department of Defense Contract Security Classification Specification, as the contractor will have access to classified Electronic Warfare Officer (EWO) materials for working on undergraduate EWO courseware. 5. A draft Performance-based Work Statement (PWS) has been posted along with this sources sought synopsis to provide a more detailed description of the requirement, and for any industry comments. The PWS is still a work-in-progress, and this is NOT the final version. 6. It is the Government’s intent to award one contract. The Government currently plans to issue an unrestricted solicitation; however, it reserves the right to make this a small business (SB) set-aside based on the interest and technical capabilities received from SB concerns. (Under an unrestricted solicitation, large businesses will be required to submit a subcontracting plan.) Therefore, it is requested that SB concerns provide sufficient written information supporting their capability to perform (items H, I and J below). 7. All interested parties are invited to provide the following information for your company/institution and for any teaming or joint venture partners: A. Company/Institute Name and CAGE code. B. Mailing Address. C. Point of Contact (to include phone/fax and e-mail). D. Web site, if applicable. E. State if your company is registered under NAICS code 611512 or not. F. State whether your company is small, small disadvantaged, woman-owned small, HUB-Zone, or 8(a) certified business concern. G. State the size of your company in terms of personnel. H. Degree of experience providing flying training instruction (classroom and simulator), and producing/maintaining courseware for the same. I. Identify any past or current Government contracts for flying training instruction within the last three years. J. Briefly describe how your company can satisfy the requirements described in the attached PWS, and your associated technical capabilities. 8. Responses are due no later than 1600 CDT, Monday, 5 June 2006, and shall be electronically submitted to both the Contract Specialist, Mr. Andrew Feutz, at andrew.feutz2@randolph.af.mil and the Contracting Officer, Mr. Kevin Shackleford, at kevin.shackleford@randolph.af.mil in a Word 97 (or above) or Adobe PDF file format. 9. Questions relative to this market research should be sent electronically to both Andrew Feutz and Kevin Shackleford. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-06-R-0031/listing.html)
 
Place of Performance
Address: Randolph AFB, TX; Sheppard AFB, TX; Laughlin AFB, TX; Columbus AFB, MS; Vance AFB, OK
 
Record
SN01251417-F 20070316/070314223849 (fbodaily.com)
 
Source
FedBizOpps 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.