Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOURCES SOUGHT

U -- Air Advisor Academy - DRAFT AAA PWS

Notice Date
7/14/2011
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
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-AirAdvisorAcademy
 
Archive Date
8/19/2011
 
Point of Contact
Robert B. Miller, Phone: 2106526487, April J. Kreps, Phone: 2106527757
 
E-Mail Address
robert.miller.17@us.af.mil, april.kreps@us.af.mil
(robert.miller.17@us.af.mil, april.kreps@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Questionnaire Draft Air Advisor Academy Performance Work Statement 1. The Air Education and Training Command (AETC), Contracting Squadron, LGCU is soliciting interest and capability statement for a competitive acquisition for providing Air Advisor Academy training in support of the Air Advisor Pre-Deployment Program, Randolph AFB, TX. Air Advisor training will support approximately 900 and may increase to 1500 expeditionary students annually. The Air Advisor Academy is an evolving program. Requirements identified in the Performance-Based Work Statement (PWS) may require modification as the program progresses. Changes may include adjustment of training hours, mutually agreed upon acceleration of the workload estimates, changes to the syllabus, and other modifications as necessary to ensure an effective Air Advisor Program. 2. The purpose of publicizing notices for potential actions is to increase competition, to broaden industry participation in meeting Government requirements, and assist small businesses, in general, in obtaining contracts and subcontracts. This REQUEST FOR INFORMATION (RFI) is being issued to help determine the availability of qualified companies technically capable of meeting the Government's requirement. 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 a future RFP. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor quotes. No award will be made as a result of this RFI. The Government will NOT be responsible for any costs incurred by interested parties in responding to this RFI.. Acknowledgment of receipt of response will not be made, nor will respondents be notified of Government's evaluation of the information received. As a result of this RFI, the Government may issue a RFP; however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the RFI (e.g. use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). 3. The North American Industry Classification System (NAICS) code for this RFI is 611699, size standard $5M. All respondents are requested to identify their business size and type of business for NAICS 611699. "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. 4. During the performance period, the place of performance would start at McGuire AFB, New Jersey but might transition to another location upon the availability of alternate Government Facilities. The Air Advisor training course would be required to be conducted in approximately 21 training days. This course would provide just-in-time pre-deployment ground centric training for USAF, DoD, or Department of State personnel in advance weapons handling, combat lifesaver, enhanced force protection, improvised explosive device (IED) awareness, high threat driving, language, cultural awareness, counterinsurgency, and other critical ground training. Training would be student centered with hands-on scenarios and practical exercises. 5. 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 is still a work-in-progress, and this is NOT the final version. 6. 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 H, I and J below). 7. 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 611699 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. Briefly describe your company's degree of experience in providing combat skills, culture, and language training. I. Identify any past or current Government contracts for the aforementioned or similar services that your company was awarded within the last three years. J. Briefly describe how your company can satisfy the requirements described in the attached draft PWS and your associated technical capabilities; and any information you deem relevant to support your firm's capability to perform this requirement. K. Provide any relative, readily available pricing data/information (i.e., public catalogs and/or price lists). Any other pricing data, if submitted, shall be as a Rough Order of Magnitude (ROM). L. Provide any comments or recommendations for the PWS. 8. Responses are due no later than 1600 CDT, 4 August 2011, and shall be electronically submitted to April Kreps (april.kreps@us.af.mil) and the Contracting Officer (robert.miller.17@us.af.mil). 9. Questions pertaining to this market research should be sent electronically to both April Kreps and Robert Miller.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-AirAdvisorAcademy/listing.html)
 
Place of Performance
Address: Randolph AFB, TX, United States
 
Record
SN02499661-W 20110716/110714235939-f903ee31eab5724d5b4750a8a28145e0 (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.