Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOLICITATION NOTICE

16 -- KC-135 Aircrew Training System (ATS) Re-compete

Notice Date
10/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-50094
 
Point of Contact
Lance S Hardman, Phone: (801) 777-6295, Ramon Castillo, Phone: 801-586-2865
 
E-Mail Address
lance.hardman@hill.af.mil, ramon.castillo@hill.af.mil
(lance.hardman@hill.af.mil, ramon.castillo@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Authority: Full and Open Competition Anticipated Award Date: 01 Aug 2010 PURCHASE KC135 ATS SUPPORT. SOL FA8223-10-R-50094 : This is the official announcement for KC-135 Aircrew Training System (ATS) support. Pre-solicitation information and a substantial body of data associated with this procurement were publicized at FedBizOps under pre-solicitation notice FA8223-10-R-135TS. The final RFP with attachments and worksheets will be posted 15 days after the date of this Synopsis. 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 period of performance to be priced will be ten (10) years, with a base period from 01 Oct 2010 through 30 Sep 2011 (FY 2011), and subsequent option years that if exercised, will carry the contract through 30 Sep 2020. The KC-135 Simulator System is comprised of 19 KC-135 Operational Flight Trainers (OFTs), 2 Boom Operator Weapons System Trainers (BOWSTs), 27 GATM Interactive Hand Controller (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 Instructional Material (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. A training facility at Hickam, Hawaii will be in operation in the 3rd quarter of FY2011, replacing operations at Grand Forks, ND, as a result of BRAC re-alignments. 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 modification 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 also contributes to 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, as will be explained in Section H of the RFP. A firm fixed price, non-commercial, full and open competition services contract is contemplated. Line Item summary description is as follows: L/I/Period DESCRIPTION 0001, 12 months Program Mgt 0002, 12 months TSSC Support 0003, 12 months Altus FTU 0003AA Pilot 0003AB Boom 0003AC Nav 0004 Continuation Training 0004AA, 12 months Altus 0004AB, 12 months McConnell 0004AC, 12 months Fairchild 0004AD, 12 months Scott 0004AE, 12 months Mildenhall 0004AF, 12 months Kadena 0004AG, 6 months Hickam 0004AH, 12 months Macdill 0004AJ, 12 months March 0004AK, 12 months Milwaukee 0004AL, 12 months Pease 0004AM, 12 months Seymour-Johnson 0004AN, 12 months Grissom 0005, 12 months Academics 0006, 12 months Crew Resource Mgt 0007, Fixed U/P Mylar Mirror Replace 0007AA Conus 0007AB Kadena 0007AC Mildenhall 0007AD Hickam 0008 1 LOT surge calculation 0009 ECPs (w/fixed rate agreement) 0010 CCPs "" """ "" 0011 1 LOT, cost reimbursed travel 0012 1 LOT, cost reimbursed expense items 0013 1 LOT, cost reimbursed consumeables 0014 1 LOT, exhibit A data 0015 1 LOT, exhibit B data 0016 1 LOT, OFT one-time Move, GF to Hickam 0017 1 LOT, new phone system 0018 1 LOT, RESERVED 0019 1 LOT, UPS installs 0021 1 EA, Visual Sys Replacement, first unit, Scott AFB 0022 Options, FY 10, 11 Visual Sys Replacement 0022AA 1 EA Altus 0022AB 1 EA Altus 0022AC 1 EA Altus 0022AD 1 EA Altus 0023, Options, FY 11,12,or13 McConnell 0023AA 1 EA, McConnell 0023AB 1 EA, McConnell 0023AC 1 EA, Fairchild 0023AD 1 EA, Fairchild 0024, Options FY11,12or13 0024AA 1 EA, Kadena 0024AB 1 EA, Mildenhall 0024AC 1 EA, Pease 0024AD 1 EA, Seymour Johnson 0024AE 1 EA, Macdill 0025, Options FY12 or 13 0025AA 1 EA, Hickam 0025AB 1 EA, March 0025AC 1 EA, Grissom 0025AD 1 EA, Milwaukee 0026, Options, FY10, Visual Database 0026AA, w/Priority 1 AF 0026AB, w/Priority 2 AF 0026AC, w/other AF The first 15 line items (0X01 - 0X15) replicate in each of nine (9) options for the out-years for a total of 384 line items. The approximate solicitation issue date will be 16 Oct 2009 and the estimated solicitation response date will be 4 Dec 2009. The anticipated award date will be 01 Aug 2010. All notices and amendments pertinent to this solicitation will be posted to FedBizOps at http://www.fbo.gov/ All responsible sources may submit an offer which will be considered. 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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent to publicize the final RFP is not a request for competitive proposals. However, all proposals received within sixty days after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Specifications, plans, or drawings relating to the procurement described have been furnished by the Government in the pre-solicitation notice FA8223-10-R-135TS. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed there. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (801) 777-6549. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Request for Written Proposal will be posted to FedBizOpps. Please refer to the pre-solicitation notice under FA8223-10-R-135TS previously posted in FBO. For this and all future postings, please refer to solicitation number FA8223-10-R-50094. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8223-10-R-50094/listing.html)
 
Place of Performance
Address: various locations, see ATS., United States
 
Record
SN01978217-W 20091003/091001235821-a0881b62d3443906ad6bd06af7554dfe (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.