Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOURCES SOUGHT

V -- Powered Flight Program (PFP) Interim Service Contract (ISC) - Draft PWS

Notice Date
5/15/2009
 
Notice Type
Sources Sought
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
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-USAFA-PFP-2
 
Archive Date
7/31/2009
 
Point of Contact
Andrew B Feutz, Phone: 210-652-6487, ,
 
E-Mail Address
andrew.feutz@randolph.af.mil,
(andrew.feutz@randolph.af.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) for Powered Flight Program (PFP) 1. The Air Education and Training Command (AETC), Randolph Air Force Base (AFB), Texas, is soliciting interest and capability statements for a competitive acquisition to support in-house United States Air Force (USAF) powered flight training for USAF Academy cadets by providing the necessary aircraft and full maintenance services. All training will occur at the USAF Academy, Colorado. Aircraft will be operated as “fee for service” and all flying training will be conducted by military instructor pilots. There is no provision for contractor-provided pilots. Aircraft will be housed on the USAF Academy airfield using existing facilities. The contractor shall provide the capability to fly up to 6800 sorties annually. A sortie is defined as the aircraft getting airborne. 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 Industry Classification System (NAICS) code 481219, Other Nonscheduled Air Transportation, applies. Firms responding to this announcement should indicate their business size for code 481219, particularly if they are a small business (the small business size standard is $7.0 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. 3. This sources sought notice is for market research purposes only and is not to be construed as a commitment by the Government. The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. 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, to commence on/about 1 Oct 09. 4. 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 may still be adjusted, and this is NOT the final version. 5. 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 L, M and N below). 6. 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 481219 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. Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe. I. If you indicated your role as “Prime Contractor” in item H, indicate the functions for which you plan to use subcontractors. J. If you indicated your role as “Prime Contractor” in item H, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this. K. If you indicated your roll as “Subcontractor” in item H, please indicate which functional areas you intend to cover. L. Briefly describe your company’s degree of experience in providing aircraft and the associated maintenance services. M. Identify any past or current Government contracts for the aforementioned or similar services that your company was awarded within the last three years. N. Briefly describe how your company can satisfy the requirements described in the attached PWS (i.e., number/type of aircraft) and your associated technical capabilities; and any information you deem relevant to support your firm’s capability to perform this requirement. O. If you are a large business under NAICS 481219, provide estimated small business subcontracting goals and rationale. P. Please provide pricing data/information as a Rough Order of Magnitude (ROM). Q. Provide any comments or recommendations for the PWS. 7. Responses are due no later than 1600 CDT, Thursday, 28 May 2009, and shall be electronically submitted to the Contracting Officer, Mr. Andrew Feutz, at andrew.feutz@randolph.af.mil in a Word 97 (or above) or Adobe PDF file format. 8. Questions relative to this market research should be sent electronically to Andrew Feutz.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-USAFA-PFP-2/listing.html)
 
Place of Performance
Address: United States Air Force (USAF) Academy, Colorado, United States
 
Record
SN01820314-W 20090517/090516162126-9546642435fe858355507e0911f5f1f4 (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.