Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOURCES SOUGHT

R -- 57 OG Green Flag Support Element

Notice Date
3/24/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-11-R-C002
 
Archive Date
4/22/2011
 
Point of Contact
Kerianne Noel, Phone: 7026525401
 
E-Mail Address
kerianne.noel@nellis.af.mil
(kerianne.noel@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
57 OG GREEN FLAG SUPPORT ELEMENT CONTRACT THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential set-aside for 8(a), HUBZone, Service Disabled Veteran Owned, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a 57 OG Green Flag Support Element solicitation. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The Green Flag Support Element (GFSE) contract is a firm-fixed price (FFP) contract that supports Exercise GREEN FLAG. The 57 OG mission is to educate, exercise, advocate integration of airpower into the joint fight and support preparation of the Combat Air Force's (CAF) maintainers and aircrew. Exercise GREEN FLAG provides a training venue to joint United States and coalition aircrew, air liaison officers, joint terminal attack controllers, battle management personnel and weapons system operators in the planning and execution of joint air ground operations in counter-land operations. The primary purpose of the GFSE contract is to provide 57 OG, suitable air ground subject matter experts (SMEs) necessary to support their missions. This includes exercise planning/after-action support, ASOC emulation and SME personnel throughout exercise battle cycle. Key exercise planning and support activities include (but are not limited to) ASOC emulation: Air-ground integration /airpower SMEs, combat trainers, tactical analysis, Ground Track Managers and other key support to GREEN FLAG exercises at four locations (in three states) to include 24/7 support during exercise cycles. Personnel supporting the GFSE shall possess a robust knowledge of joint air ground operations, exercise instrumentation and debriefing systems, and multimedia construction and presentation capability. GFSE members will operate in a team environment training and exercising joint air ground operations with USAF and U.S. Army personnel at four primary locations: Nellis AFB/Ft. Irwin (GREEN FLAG (W)) and Barksdale AFB/Ft. Polk (GREEN FLAG (E)). Work to be performed will be within the North American Industry Classification System (NAICS) 541330, Engineering Services, with a small business size standard of $27 million. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [NAME, ADDRESS, PHONE NUMBER, cage CODE]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience in the following areas: Operations analysis with air-to-ground expertise, USAF Air Liaison Officer (ALO) or USMC Air Officer (AO) experience, Tactical Air Control Party (TACP) or certified Joint Terminal Attack Controller (JTAC), Tactical aviation experience in Close Air Support, Experience in Air Support Operations Center (ASOC) or similar C2 node, Fire Support (FS) System expertise, ASOC Digital Gateway. Include a summary of relevant, and recent (within the last three fiscal years) performance history (identified by contract number, title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) PERCENT OF WORK the firm can commit to accomplishing requirement with in-house (not subcontracted) labor. Interested Contractors must provide the above information to the points of contact listed herein. Responses shall be limited to three (3) pages and should be submitted as fax or an email attachment where possible. Hard copies are neither preferred nor desired. The Government reserves the right to set all or part of this acquisition aside for small business, 8(a), HUBZone small business, or Service-Disabled Veteran-Owned small business firms based on the responses it receives. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifiying potential sources and determining if a set-aside for all or part of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-11-R-C002/listing.html)
 
Record
SN02408616-W 20110326/110324234635-7c2124e4bbe3d395677c515143886e4f (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.