Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOURCES SOUGHT

U -- Reconnaissance Pod Training

Notice Date
8/3/2009
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
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-0054
 
Archive Date
9/3/2009
 
Point of Contact
Denise Krems, Phone: 210-652-3073, Myles Rellstab, Phone: 210-652-7756
 
E-Mail Address
denise.krems@randolph.af.mil, myles.rellstab@randolph.af.mil
(denise.krems@randolph.af.mil, myles.rellstab@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable contractors to provide non-personal services for training and technology transfer for the Greece Ministry of Defense (MOD) in support of their purchase of the DB-110 Reconnaissance (RECCE) Pod System for the F-16C/D Block 52 Peace Xenia IV Program. This is not a formal Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/Request for Information (RFI). Contact with Government personnel other than those specified in this RFI by potential offerors or their employees' regarding this project is prohibited. This FedBizOpps notice is an announcement seeking market information on vendors capable of providing the services as described herein. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611519, Flight Training, and the small business size standard is $6.5M. Your quotation should arrive at the CONTRACTING OFFICE specified above no later than COB, 19 Aug 09 and have a validity period of 180 days. This is the minimum time required for processing by the USAF customer and review by the Foreign Military Sales (FMS) customer. Submission by e-mail is acceptable. Request RFP number be included in the SUBJECT LINE. If you cannot meet the established due date or you have questions, please contact the CONTRACTING OFFICER at (210) 652-3073, or my email: denise.krems@randolph.af.mil PERFORMANCE WORK STATEMENT (PWS) SCOPE Proposed training will be Contractor, Type 1 Special Training, procured by the Air Education and Training Command and presented under the auspices of the Security Assistance Training Program. All instruction and technical information shall be in the English language. Contractor shall provide training at their training facilities and in-country at Araxos Air Base Greece as described here-in. Training is estimated to start in 2009 for the Technical Advisor and in 2010 for the pilot, operators, and maintainers after equipment availability. Training for the Hellenic Air Force (HAF) Technical Advisor may take place earlier. All training shall be based on data available under the FMS program and developed and presented IAW the country configured equipment. Contractor-provided training will be transition-type training into a skill similar to the skill currently possessed by the student. Training shall provide the student with the knowledge and skills that will allow them to perform Technical Advisory Role, Mission Planning, Ground Station Operation, DB-110 Airborne Segment Organizational and Intermediate maintenance, and Ground Segment Maintenance as recommended and authorized by the manufacturer and technical data. The primary emphasis shall be "hands-on" practical experience allowing students to complete all trained tasks using approved technical data. Two (2) Technical Advisors will receive Recce Pod Mobile Ground Station O&I level Training on the airborne segment and the ground segment estimated duration is 25 training days. Additionally, approximately four months of hands-on (on-the-job training) shall be provided to the Technical Advisor. This training shall be completed in time to allow the Technical Advisors to attend the appropriate operator and maintenance classes identified below at Araxos Air Base. DB-110 RECCE Pod Training for the Operators, Maintenance, and Pilot personnel will take place at Araxos Air Base in Greece. Eight (8) students will receive Ground Segment Equipment Operator Training,. This training consists of academics and OJT (hands-on). Eight (8) students will receive Airborne Segment Maintenance O and I-level training. Training will consist of O&I academics training for flight line maintainers, o-level OJT, and I-level OJT. Eight (8) students will receive O&I-level Ground Segment Maintenance training. Training will consist of academics and OJT. Eight (8) students (datalink maintainers) will receive IL3 GDLT Operations/maintenance course training. Eight (8) pilot students will receive Airborne Segment Pilot Training to include RECCE Systems; Mission Planning, Preparation, Execution; and Post-flight. Training will consist of academics and OJT. Instructors shall have skills equivalent to the USAF 7-skill level in a like position/ system. Engineer instructors shall have a four-year engineering degree and work related experience in the subject matter being taught. Instructors providing flight instruction shall have work related experience and appropriate certifications in the subject matter being taught. Depot instructors must have achieved Master Journeyman (or equivalent) status in their subject field of training. STUDENT SUPPORT. Student housing & transportation requires suitable housing for the students and transportation to and from the training facility and the students' quarters. (HAF) will be responsible for air transportation costs of the students) OTHER CONSIDERATIONS. The response requirements include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (7) Indicate if your company primarily does business in the commercial or Government sector; (8) Please describe any commercial-sector contracts you have performed for similar services [if applicable]; (9) Indicate which NAICS code(s) your company usually performs under for Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-09-R-0054/listing.html)
 
Record
SN01897569-W 20090805/090804000252-7a3425ae868e51c05c27547639f127c3 (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.