Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

U -- Military Freefalling Training - SOW

Notice Date
8/12/2016
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-16-Q-B263
 
Archive Date
9/8/2016
 
Point of Contact
Sandra Seman, Phone: 3214947092, Tricia Hatcher, Phone: (321) 494-3668
 
E-Mail Address
sandra.seman@us.af.mil, tricia.hatcher@us.af.mil
(sandra.seman@us.af.mil, tricia.hatcher@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-16-Q-B263 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 611699. The size standard for NAICS is $11M. The requirement is to provide a fifteen (15) day course of instructions for a maximum of 16 x 308th Rescue Squadron personnel each course. The overall intent of the training is to give the 308 RQS operators the ability to understand the mechanics; methodology as well as the Tactics, Technics, and Procedures (TTPs) of conducting tactical HAHO operations on multiple Unknown/Unmarked drop zones as a team. The training will encompass planning, mission prep and execution of such operations and give a solid understanding of what is needed to conduct HAHOs in a combat environment. Furthermore the contractor shall provide one (1) aircraft and aircrew for Day and Night Military Free Fall (MFF) High Altitude Low Opening (HALO) and High Altitude High Opening (HAHO) proficiency training in/around Parker, Arizona and military surveyed drop zones. An estimated thirty (30) flight hours each course will be required in/around Parker, AZ for the Flight portion of each training courses. Any flight hours required to transport the aircraft to or from Parker, AZ must be added above the 30 flight hours required for the course. SOW is attached. Salient Characteristics: a. Train SOF and SOF capable forces to conduct night Military Free-Fall and static line square tactical Infiltrations as a group into unknown unmarked drop zones. b. Train SOF and SOF capable forces to conduct night Military Free-Fall and static line square tactical Infilrations as a group carrying combat equipment, communications, wearing night vision devices, non-standard loads while using oxygen equipment and parachutist navigational devices c. Train SOF and SOF capable forces to plan for night Military Free-Fall and static line square tactical Infiltrations as a group into unknown unmarked drop zones carrying combat equipment, communications, wearing night vision devices, non-standard loads while using oxygen equipment and parachutist navigation devices. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil and sandra.seman@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-16-Q-B263,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 3:00 pm EST on 24 Aug.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-16-Q-B263/listing.html)
 
Place of Performance
Address: In/Around Parker, AZ, Parker, Arizona, 85344, United States
Zip Code: 85344
 
Record
SN04222611-W 20160814/160812235506-a22f54c77eadc23d4ae667700aee71c5 (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.