Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2008 FBO #2540
SOLICITATION NOTICE

16 -- KC-135 Aircrew Training System (ATS) CLS Support

Notice Date
11/7/2008
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8223-10-R-135TS
 
Response Due
12/4/2008
 
Point of Contact
Lance S Hardman,, Phone: (801) 777-6295
 
E-Mail Address
lance.hardman@hill.af.mil
 
Small Business Set-Aside
N/A
 
Description
________________________________________ KC-135 Aircrew Training System (ATS) Contractor Logistics Support (CLS) 11/06/2008 Reference PR FD2020-10-TBD ________________________________________ Ogden Air Logistics Center, Hill AFB, UT Interested Sources, Informational Synopsis Last updated on: 11/06/2008 This announcement is provided as part of market research to identify potential contractors who have the particular experience, skills and knowledge to accomplish the effort described. The AMC/Hill AFB KC-135 ATS Acquisition Team is developing a solicitation package to support the requirement for CLS support of the ATS. This will be an acquisition of services, follow-on to the support previously acquired under the long term contract, F33657-91-C-0072 with Flight Safety Services Corp which is scheduled to expire 30 Sep 2010. The anticipated period of performance will be for five (5) years, from 01 Oct 2010 through 30 Sep 2015 (FY 2011 through FY 2016). Alternatively, a calendar year cycle may be considered, starting 01 Jan 2011. The KC-135 Simulator System is comprised of 19 KC-135 Operational Flight Trainers (OFT), 2 Boom Operator Weapons System Trainers (BOWST), 27 GATM IHC Part Task Trainers (GIPTT), 11 Cockpit Familiarization Trainers (CFT) in various configurations, 400 Computer Based Training (CBT) Workstations and laptops, 25 AFMSS desktop trainers, 30 Instructor trainer laptops, 1 Cargo Loading Trainer, and courseware. Devices and courseware are utilized at the main training facility, Altus AFB, and at twelve (12) other bases in the CONUS and OCONUS area. Two are OCONUS, Kadena and Mildenhall. The KC-135 ATS is a broadly scoped, active and dynamic performance based services program providing initial qualification and re-qualification KC-135 training to Pilots, Boom Operators and Instructors. Operation, maintenance and modifications of devices and maintenance of courseware, often driven by the mandate to maintain training concurrent with the aircraft, contribute to this dynamic. A very active operations tempo (large numbers of students) and impetus to move more training from the aircraft to the ATS/simulator under AFSO 21 initiatives also contributes challenges faced by this program. Key objectives of the program include: 1. Initial, continuation, and requalification training for KC-135 aircrew. Aircrews include pilots, navigators, and boom operators. 2. Maintaining the training devices and courseware concurrent to the current KC-135 aircraft baseline. 3. Support other modifications as required via ECPs. 4. Provide facility management. 5. Provide Program Management including Systems Engineering, Quality Assurance, Data/Configuration Management, and ESOH management. To meet objective for small business participation in Air Force Trainer programs, large businesses who expect to submit offers under this program must commit to expanded small business participation and will be evaluated as to the extent of participation of Small Disadvantaged Business (SDB) firms. The KC-135 ATS Program is considering a Pass/Fail minimum of 15% of the contract value for Small Business subcontracting. Large business offerors submitting proposals under the 15% requirement will be ineligible for award. Offeror's shall propose a 3% minimum target for each of the following Small/Disadvantaged Business categories: Veteran Owned Small Business, Service-Disabled Veteran-Owned Business, Hubzone Small Business, Small Disadvantage Business and Women-Owned Small Business. The targets to be submitted are in accordance with FAR 52.219-24, and language from the RFP model contract, Section L will be incorporated into and become part of the eventual final contract. The successful offeror will be required to provide reports on SDB subcontractor participation in accordance with FAR clause 52.219-25 in Section I of the contract under Contract Data Reporting Line (CDRL) which will be referred to under the Contractor Performance Assessment Rating System (CPARS) in the regular management of contract performance. If the offeror is other than a small business, the offeror's Small Business Subcontracting Plan submitted in accordance with FAR 52.219-9, or Comprehensive Subcontracting Plan submitted in accordance with DFARS 219.702, and Section L paragraph 6.3.5.2 shall also be evaluated to determine the extent to which the offeror identifies and commits to the participation of Small Businesses (SB), Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) whether as joint venture members, teaming arrangement, or subcontractor. Failure to submit such a plan will render the offeror ineligible for award. Any sources interested in and responding to this synopsis shall describe their qualifications in the following areas: 1. Current and past experience in managing broadly scoped comprehensive contractor logistics support for this or similar training systems, including Training Systems Support Centers (TSSC), central and remote (multiple) training sites, and classified training. Experience serving as Prime Integrator for large training programs of a scope similar to those described above. 2. Current relevant experience in designing, building, networking, integrating, operating and maintaining devices of similar complexity and its relevance to the subject acquisition. Particular emphasis on experience in designing, integrating, operating and maintaining training systems in a networked environment for connected and/or Distributed Mission Operations (DMO) is important. 3. Personnel experience/qualifications in the areas of Training Systems Device Engineering, modification management, and integration. 4. Personnel experience/qualifications in the areas of courseware Instructional System Design (ISD), modification, management and instruction. Depending on responses received from potential sources, the Air Force will make decisions on how to proceed. This synopsis shall not be construed to commit the Air Force to any particular course of action. Only those with a Bona Fide interest in this requirement who can clearly demonstrate qualifications and are capable of supporting the requirements as described above should respond no later than 1600 hours, Mountain Time, 04 Dec 2008. The point of contact for this requirement is the Contracting Officer, Lance S Hardman. Responses should be directed the following E-mail address: lance.hardman@hill.af.mil. ________________________________________ OO-ALC/558th ACSG/PK 6072 Fir Avenue Bldg. 1233 Hill AFB UT 84056 Phone 801-777-6295 (Note: Reference requirement in Subject Line.)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2e1dd92bf95b5068912a09e064240f4c&tab=core&_cview=1)
 
Place of Performance
Address: Multiple locations, CONUS and OCONUS, United States
 
Record
SN01702132-W 20081109/081107214848-2e1dd92bf95b5068912a09e064240f4c (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.