Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
SOLICITATION NOTICE

U -- Request for Information (RFI) United States Air Force Europe (USAFE) Adversary Air

Notice Date
11/30/2017
 
Notice Type
Presolicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
AFICA - AFICA- EUROPE
 
ZIP Code
00000
 
Solicitation Number
USAFE_ADAIR_RFI
 
Archive Date
12/27/2017
 
Point of Contact
Silke Georgescu, Phone: 3144783209, Thomas Collins, Phone: +496315366860
 
E-Mail Address
silke.georgescu.de@us.af.mil, thomas.collins.16.de@us.af.mil
(silke.georgescu.de@us.af.mil, thomas.collins.16.de@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction This announcement constitutes a Request for Information (RFI) for industry comment. Please note this notice is NOT a Request for Quotations (RFQ). The 764th Specialized Contracting Squadron (SCONS) is United States Air Forces in Europe and Air Forces Africa (USAFE-AFAFRICA) centralized organization for executing enterprise-wide strategic sourcing. Strategic sourcing best practices are utilized to continually improve and reevaluate organizational purchasing activities, improve quality, and reduce costs. This RFI is in consideration of a potential solicitation for a realistic advanced adversary air threat capability from commercial Adversary Air (ADAIR) sources to support pilot combat readiness training at multiple operating locations throughout Europe. Potential ADAIR contractors may support multiple customers/locations across the European Command (USEUCOM) Area of Responsibility (AOR) and shall provide complete ADAIR services including, but not limited to: aircraft; aircraft systems support; pilots; aircraft maintenance; support equipment; program, quality and contract management. The primary operating locations (OLs) being considered for performance include, but are not limited to, the following: Spangdahlem AB, Germany, RAF Lakenheath, United Kingdom and Aviano AB, Italy with ancillary deployment support to other Outside the Continental United States (OCONUS) locations. Disclaimer This RFI is issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analyses, and demographic/other market information. It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses will be treated as information only and will not be used as a proposal. Any information provided by industry to the Government, as a result of this RFI, is strictly voluntarily. Vendors will not be reimbursed for any cost related to this RFI. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. Purpose The Government is considering cost-effective paths for providing Adversary Air support to the U.S. Combat Air Forces in Germany, Italy, and the United Kingdom. The Government is contemplating whether a long term contract for Adversary Air across Europe will produce a best value cost savings solution by exploiting economies of scale. The anticipated timeframe for short-term contract solution includes performance during the months of June - September. The information obtained in this RFI will be used to build an acquisition strategy that conforms to industry practices in Europe. All submissions will be used for market research purposes, will become the property of the Government and will not be returned. Please, do NOT submit actual quotes, prices, marketing materials, or any other deliverables in your company's RFI response. DO NOT submit item prices or product information at this time. Submission Instructions All responses should be submitted via electronic email format to Ms. Silke Georgescu silke.georgescu.de@us.af.mil, Mr. Tom Collins thomas.collins.16.de@us.af.mil, and Ms. Yvette Coddington yvette.coddington@us.af.mil, NLT 1500 Central European Time 12 Dec 2017. All emails submissions must be less than 5MB. If larger files are required please contact the aforementioned via email to set up an alternative submission method. Questions Interested vendors may provide responses to the following questions with respect to interest, unique capabilities and the proposed contract/acquisition strategy. Potential Offerors' Interest: 1. Are you interested in supporting these OLs? 2. Do you foresee some OLs requiring more or less transition time than others? Ability to Provide Service: 1. Do you have the capability to support OCONUS in a deployment capacity? a. If not, what additional resources would you need? 2. What volume of your current and projected pilot force is qualified in multiple Contractor airframes? 3. What volume of your current and projected pilot force are also flying in the DoD? Limitations to Providing Service: 1. With the potential significant geographical separation from your company's home location what would be your maintenance and support plan? 2. Could you acquire support/services from commercial companies in the local area? 3. Would you require a forward supply storage area? If so, what required square footage? 4. If ramp space limitations exist at any of the OLs, how would you mitigate this action? 5. Are you aware of privatized air-air tanking services? 6. Do you foresee any issues with compliance of the aviation requirements or airworthiness certifications for the proposed OLs? Offerors' Unique Capabilities: 1. What would be your approach to "mobilize" or get your aircraft and required replacement parts to Europe? What are the cost considerations? 2. What type of chaff/flare/electronic attack are your airframes currently capable of carrying? Are you capable of providing your own, if so what types? 3. Do you have the capability to tow targets? If so, what airframe(s) would you use? 4. What is your strategy for replicating 4th/5th Generation capabilities in the future? Contract/Acquisition Strategy: 1. What recommendations do you have on how the government can streamline the contract award process? 2. What type of contract arrangement has provided the best flexibility and value for your customers? 3. Has your business been awarded any federal contracts for Adversary Air in the past three years? If so, please provide contract numbers and related contract value (if multiple, please limit to five (5) largest). a. Were the awarded contracts commercial or non-commercial? 4. What do you think transition times should be at each of the OLs? 5. What, if any, technical, cost, and/or schedule risks do you perceive with this acquisition? Do you have any recommendations on how risk can be reduced? 6. What issues (like customs, local labor or US labor, TUPE laws, DOCPER, exchange rate) do you foresee working in Europe? 7. Do you anticipate any Government Furnished Equipment (GFE) or Government Furnished Property (GFP) would be required for this effort?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d70d53a2fb98b56c66bf30eeb907e171)
 
Place of Performance
Address: USAFE, United States
 
Record
SN04753568-W 20171202/171130232045-d70d53a2fb98b56c66bf30eeb907e171 (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.