Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOURCES SOUGHT

U -- Evasion and Conduct After Capture-Air and Space Basic Course Expeditionary Skills Training

Notice Date
8/28/2008
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
ECAC-ASBC2008
 
Archive Date
10/7/2008
 
Point of Contact
Debbie Woods,, Phone: 210-652-7874, Kevin Shackleford,, Phone: 210-652-7873
 
E-Mail Address
debbie.woods@randolph.af.mil, kevin.shackleford@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS FOR ECAC AND ASBC EXPEDITIONARY SKILLS TRAINING 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 conducting AETC Course S-V88-AMM, Evasion and Conduct After Capture and providing expeditionary skills training for Air University’s Air and Space Basic Course at Maxwell AFB, AL. 2. Course S-V88-AMM’s mission is to ensure each student graduates with confidence and ability to employ evasion and conduct after capture tactics, techniques, and procedures (TTP’s) necessary to return with honor regardless of the circumstances of isolation. Students are Air Force 2nd Lieutenants who are not fliers or special operations personnel. 3. S-V88-AMM, ECAC, is four days long. The course consists of classroom, laboratory and operational training on Maxwell AFB. The annual schedule will consist of 20 classes of approximately 180 students per class and is taught the week immediately proceeding and the week immediately following ASBC classes. 4. The contractor will provide conduct after capture instruction in academic, laboratory, academic role play laboratory and resistance training laboratory environments; evasion operational training; and course administrative and logistical support services. Student instructor ratios for ECAC training are 20:1 for academic, laboratory, and academic role play laboratory training; 15:3 for resistance training laboratory training; and 11:1 for evasion operational training. 5. The mission of the Air and Space Basic Course (ASBC) is to inspire new USAF officers to comprehend their roles as Airmen who understand and live by USAF core values, can articulate and advocate what Air, Space, and Cyberspace power brings to the fight, and are dedicated as warriors in the world’s most respected Air, Space, and Cyberspace Force. ASBC is conducted by Air University (AU); the overall course length is six weeks, and AU conducts ten classes per year. 6. The contractor will be responsible for providing subject matter expertise on subjects to include: formal lecture and demonstration/ performance instruction in Air Force Combative Program, day and night land navigation, night operations, air base defense, personnel handling, enemy prisoner of war (EPW) & third country national (TCN), tactical communication procedures, small unit tactics, combat arms training and course support services. 7. The contractor will be required to execute and evaluate scenario based challenges for the skills taught during week one of ASBC. Contractor personnel will act as opposition forces and evaluator/trainers during scenarios. 8. The contractor will during ECAC and ASBC down days be required to support other AU courses. 9. The contractor and all personnel employed by the contractor at Maxwell AFB must possess a SECRET security clearance. 10. 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 611710 applies. Firms responding to this announcement should indicate their business size for code 611710, particularly if they are a small business (the small business size standard is $6.5 million). “Small business” means small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZ one 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. 11. 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, we will issue an RFP to industry for a performance period of 6 years. The anticipated award date is October 2009. 12. AETC Contracting will host an industry day at Maxwell AFB on 15 October 2008 13. 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 - N below). 14. 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 611710 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 conducting evasion and conduct after capture and expeditionary skills training. I. Identify any past or current Government contracts for providing Evasion and Conduct after Capture Training (SERE training to include full spectrum resistance and hands-on resistance training laboratory) and expeditionary skills training within the last three years. J. Ability to field 25% of personnel who are graduates of AETC course, S-V81-A SERE Specialist Training and 50% of total personnel who have a minimum of two years experience instructing at a Level-C Code of Conduct course or other suitable SERE related experience. L. Organic training capability to qualify ECAC instructors. M. Ability to field expeditionary skills instructors (as described in paras 6 – 8 above) who can also be trained to conduct ECAC training. N. Briefly describe how your company can satisfy the requirements described above, and your associated technical capabilities. 15. Responses are due no later than 1600 CST, Monday, 22 September 2008, and shall be electronically submitted to both the Contracting Officer, Ms Debbie Woods, at debbie.woods@randolph.af.mil or Mr. Kevin Shackleford, at Kevin.shackleford@randolph.af.mil in a Word 97 (or above) or Adobe PDF file format. 16. Questions relative to this market research should be sent electronically to MS Debbie Woods. 17. NO PHONE INQUIRIES. All communications shall be in writing. Contracting Office Address: 2021 First Street West Randolph AFB, Texas 78150-4302 Place of Performance: Randolph AFB TX Randolph AFB, Texas 78150 United States Primary Point of Contact.: Debbie Woods, Contracting Officer debbie.woods@randolph.af.mil Phone: 210-652-7874 Fax: 210-652-2304
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=102fe4800049203628116199460d8454&tab=core&_cview=1)
 
Place of Performance
Address: Randolph AFB, Texas 78150, United States, Randolph AFB, Texas, 78150-4302, United States
Zip Code: 78150-4302
 
Record
SN01654089-W 20080830/080828222009-102fe4800049203628116199460d8454 (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.