Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2008 FBO #2505
DOCUMENT

U -- Air Advisor Training - Draft Performance-based Work Statement (PWS)

Notice Date
10/3/2008
 
Notice Type
Draft Performance-based Work Statement (PWS)
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
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
FA3002-09-R-0011
 
Archive Date
3/31/2009
 
Point of Contact
Antony J Barrios,, Phone: 210-652-2122, Andrew B Feutz,, Phone: 210-652-6487
 
E-Mail Address
antony.barrios@randolph.af.mil, andrew.feutz@randolph.af.mil
 
Small Business Set-Aside
N/A
 
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 Air Advisor training in support of HQ AETC. Air Advisor training will support approximately 1000 expeditionary students annually. The Air Advisor Program is an evolving program. Requirements identified in the Performance-based Work Statement (PWS) may require modification as the program progresses. Changes may include adjustment of training hours, mutually agreed upon acceleration of the workload estimates, changes to the syllabus, and other modifications as necessary to ensure an effective Air Advisor Program. 2. During the performance period, the place of performance would start at the United States Air Force Expeditionary Center (EC) at Ft. Dix, New Jersey and then might transition to another location upon the availability of alternate Government facilities. The Air Advisor training course would be required to be conducted in approximately 21 training days. This course would provide just-in-time pre-deployment ground centric training for USAF, DoD, or Department of State personnel in advanced weapons handling, combat lifesaver, enhanced force protection, improvised explosive device (IED) awareness, high threat driving, language, cultural awareness, counterinsurgency, and other critical ground training. Training would be student-centered with hands-on scenarios and practical exercises. 3. 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 Industry Classification System (NAICS) code 611699 applies. Firms responding to this announcement should indicate their business size for code 611699, 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, 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. Prospective vendors must be registered in the Central Contractor Registration (CCR) database. Registration may be accomplished at http://www.ccr.gov. 4. This sources sought notice is for market research 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 requirement would consist of a basic year and three (3) option years. 5. A draft 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 number and e-mail address). D. Web site, if applicable. E. State if your company is registered under NAICS code 611699 or not. F. State whether your company is a small, small disadvantaged, woman-owned small, HUB-Zone, or an 8(a) certified business concern. G. State the size of your company in terms of personnel. H. Briefly describe your company’s degree of experience in providing combat skills, culture, and language training. I. Identify any past or current Government contracts for the aforementioned or similar services that your company was awarded 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; and any information you deem relevant to support your firm’s capability to perform this requirement. K. Provide any relative, readily available pricing data/information (i.e., public catalogs and/or price lists). Any other pricing data, if submitted, shall be as a Rough Order of Magnitude (ROM). L. Provide any comments or recommendations for the PWS. 8. Responses are due no later than 1600 CDT, Wednesday, 22 October 2008, and shall be electronically submitted to both the Contract Manager, 1Lt Antony Barrios, at antony.barrios@randolph.af.mil and the Contracting Officer, Mr. Andrew Feutz, at andrew.feutz@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 1Lt Antony Barrios and Andrew Feutz.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81b9faae971296ff5f12a5c2bd0894d9&tab=core&_cview=1)
 
Document(s)
Draft Performance-based Work Statement (PWS)
 
File Name: Draft PWS Air Advisor Training (PWS 1 Oct 08.doc)
Link: https://www.fbo.gov//utils/view?id=075c6f3673e0176d4549bee911274ef9
Bytes: 164.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: United States Air Force (USAF) Expeditionary Center (EC), Ft. Dix, New Jersey, 08640, United States
Zip Code: 08640
 
Record
SN01688125-W 20081005/081003221722-81b9faae971296ff5f12a5c2bd0894d9 (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  © 1994-2020, Loren Data Corp.