Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

69 -- KC-135 Aircrew Training System (ATS) Interim Support

Notice Date
4/23/2010
 
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-50168
 
Point of Contact
Lance S Hardman, Phone: (801) 777-6295
 
E-Mail Address
lance.hardman@hill.af.mil
(lance.hardman@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Program Overview: Purpose of this synopsis is to publicize that the 558th Aircraft Sustainment Group, Hill AFB, UT intends to solicit a proposal and negotiate a sole source Firm-Fixed Price (FFP) contract for KC-135 Aircrew Training System (ATS) short-term or interim support prepared in accordance with FAR 5.201. The sole source determination is made in accordance with FAR 6.302-1. This interim support will be performed as a contingency and limited to what is needed to prevent interruptions in aircrew training as the existing KC-135 ATS contract (F33657-91-C-0072) expires on 30 Sep 2010, and if delays in completing source selection for a new replacement support contract (see Notice under FA8223-10-R-50094) are encountered. This interim contract would only be issued and these Options exercised only as the on-going process of awarding the contract under the re-competition effort for comprehensive ATS support dictates. In accordance with these limitations, no major upgrades or concurrency modifications will be performed on the interim contract. Flight Safety Services Corporation, 10770 E Briarwood Ave Suite 100, Centennial CO 80112-3807, is identified in the sole source justification as the only source with the specialized skills required to perform this interim effort and is the incumbent on the current contract. The sole source justification will be publicized 14 days after the award of the sole source contract. The Request for Proposal (RFP FA8223-10-R-50168), with accompanying Performance Work Statement (PWS) and terms and conditions will be posted under this combined Synopsis and Solicitation notice at least 15 days after the date of this synopsis, with proposal due 30 days after the RFP is posted. Market research was previously conducted, including a Request for Information (RFI) notice posted to Fed Biz Ops (FBO) on 15 Dec 2009 under FA8223-10-R-135ATSinterim, which is now archived at FBO. Foreign participation is not permitted at the prime contractor level. The anticipated period of performance for this short-term support contract will be for up to 1 year comprised of a 3-month base contract and three 3-month options, from 01 Oct 2010 through 30 Sep 2011 (FY 2011) if all options are exercised. This contract would only be issued and these Options would only be exercised as the on-going process of awarding the contract under the re-competition effort for comprehensive ATS support dictates (see separate notice FA8223-10-R-50094). The anticipated award for this re-competed effort is in August 2010. The KC-135 Simulator System is comprised of 19 KC-135 Operational Flight Trainers (OFT), 2 Boom Operator Part Task Trainers (BOPTTs), 27 GATM IHC Part Task Trainers (GIPTT), 6 Cockpit Familiarization Trainers (CFT) in various configurations, over 400 Computer Based Training (CBT) Workstations and laptops, 25 AFMSS desktop trainers, 30 Instructor trainer laptops, 1 Cargo Loading Trainer, and Instructional Material (IM) (note: IM consists of courseware, photographs, and other associated items used in training sessions). Devices and IM 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. 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. The contractor will: • Conduct initial, continuation, and requalification training for KC-135 aircrews including pilots, navigators, and boom operators. • Maintain the training devices and IM to the baseline that will be in place at 30 Sep 2010. No major upgrades or concurrency modifications will be accomplished during this short term interim period. These are reserved for and as described in the re-competition effort under FA8223-10-R-50094. • Provide facility management. • Provide Program Management including Systems Engineering, Quality Assurance, Data/Configuration Management, and ESOH management. • Provide guaranteed student throughput with on-time graduation and remediation as required, meeting projected student throughput requirements and Air Force standards, while students pass an Air Force administered evaluation. This includes provisions for variations in quantity of students (range of throughput) and content of training. • Adequately staff the ATS with qualified personnel and retain key personnel in all aspects of the ATS. Effective management of the overall ATS, including ongoing efforts, problem identification and resolution, special projects, reporting and communication, startup transition, security and safety. A seamless transition between the current contract and the new contract is required. • Effectively manage and operate the Training System Support Centers (TSSC) at Altus AFB to include appropriate manning levels to effectively complete approved TSSC taskings within the required timeframe. This is not a request for competitive proposals. All interested sources must respond in writing with clear and convincing evidence to support their ability to provide timely and effective services within fifteen (15) days of this publication. A determination by the government not to compete this action based on responses received is solely within the discretion of the Government. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. Ms. Sharon Porter, OO-ALC/PKC, Hill AFB UT 84056, has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process, and therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed herein. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Ms. Porter can be reached at (801) 777-6549, email: Sharon.porter@hill.af.mil. The Government reserves the right to cancel or revise this notice at any time. The Government also reserves the right to make contract award pending availability of funding. Responses must be received in the office from which this notice originates no later than 1400 Hours, Mountain Standard Time,12 May 2010. The point of contact for this requirement is the Contracting Officer, Lance S Hardman. Responses should be directed to the following E-mail address: lance.hardman@hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8223-10-R-50168/listing.html)
 
Place of Performance
Address: various locations in CONUS and OCONUS including Altus AFB, Oklahoma, Mildenhall AB U.K. and Kadena AB, Okinawa and others, United States
 
Record
SN02131060-W 20100425/100423235709-28f89d0d77da1fc9103dfa4a98ddba33 (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.