SOURCES SOUGHT
V -- Pilot services to fly T-43 in support of the Combat Systems Operator (CSO) Schoolhouse
- Notice Date
- 6/9/2006
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- Reference-Number-F3P1B16124A1
- Response Due
- 6/30/2006
- Archive Date
- 9/30/2006
- Description
- REQUIREMENT: The Air Force is conducting market research to determine if sufficient numbers of capable and willing contractors are available to provide QUALIFIED personnel to provide safe and efficient T-43 flight operations in support of the Combat Systems Operator (CSO) Schoolhouse at Randolph AFB, TX. Description. The contemplated requirement for T-43 Pilot Operation Services; provide all personnel, equipment, tools, materials, supplies, supervision, and all other items and services, except those listed in the ?Draft? Performance Work Statement (PWS) to perform the following functions. The Scope below is a summary of the required services but is not intended to be all-inclusive. a. The service provider shall provide qualified pilots possessing a Boeing 737 type rating from the Federal Aviation Administration (FAA)to continually operate the T-43A aircraft as required to fulfill CSO syllabi requirements as defined in this performance work statement (PWS) at Randolph AFB. b. The service provider shall also provide qualified academic, platform, training device, and T-43A flight instructors as required to fulfill the 562 FTS responsibilities as the Air Force?s T-43 remote training unit. c. The service provider shall perform to the standards in this contract as well as governing AF/AETC/NAF/Wing/Base/Group/ Squadron instructions/plans, Operating Instructions (OIs), directives, and all applicable equipment and general support technical orders/data in order to meet the PWS requirements except as specifically amended by this PWS. d. The estimated quantities of work are listed in Technical Exhibit 2, Workload Estimates. For the purposes of this PWS and contract, local flying is defined as all flights originating from and terminating at Randolph AFB to include same day out-and-back sorties. The estimated Period of Performance: Phase in Period of 01 Feb 07 through 31 Jul 07. Basic Contract Period of 01 Aug 07 through 30 Sep 07, with a possible one-year option period and 4 six-month option periods. The final option period, if exercised, would be 01 Oct 09 through 30 Sep 10. NOTE: The contract will be structured with six-month option periods due to this requirement being part of the Base Realignment and Closure Commission. This requirement will be phased out sometime between 2008 and 2010 and will no longer be required. This should be taken into consideration when replying to this sources sought. Each submitter must provide a detailed response to the following. Responses must be based on factual material: 1. Describe any experience (Past Performance) your company has that supports your ability to assume responsibility for the T-43 Pilot Operations mission in accordance with the PWS. Provide location, contract number, expiration date, dollar value, and point of contact for all relevant contracts over the past 5 years. 2. Describe your company?s ability/capability to recruit and retain key personnel with qualifications and experience to perform in accordance with the PWS. 3. Describe how your company will provide a sufficient number of skilled (fully qualified) pilots, by contract start date and by end of phase-in period to assume responsibility for the T-43 Pilot Operations in accordance with the PWS. 4. Describe your company?s experience with the following: Flight line and ground safety procedures, developing and managing flying schedules, complying with and posting changes to Air Force Instructions and maintaining a quality control program. Small Business (SB) Set-Aside. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice and other market research. In addition, to the responses required above and in order for the Government to make a determination on the appropriate SB set-aside, SB concerns shall provide sufficient written information supporting their capability to perform. This information should, as a minimum, include (a) company name, address, point of contact and their telephone number and e-mail address; (b) your business size (average number of employees and/or average annual receipts); (c) the NAICS code(s) your company usually performs under government contracts (if applicable) ; (d) small business status (8(a), HUBZone, veteran-owned, service-disabled veteran-owned, women-owned, etc.) (e) comments indicating whether or not you would be likely to submit a proposal if a formal solicitation is forthcoming; (h) prospective offerors must have the financial backing to defray mobilization and operating cost for approximately sixty (60) days. Internet and e-mail capabilities are a requirement. The planned NAICS (North American Industry Classification System) code is 488190 with a business size of $6.5M. No solicitation for this requirement exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The Information provided needs to be well organized and sent as an attachment via email. Provide all required information in response to this sources-sought synopsis via e-mail not later than 30 Jun 06. The proposed contract type is Firm Fixed Price. The Service Contract Act applies. Additional Information: This synopsis is not to be construed as a commitment by the Government. The Government will not pay for information solicited or received. No basis for claim against the Government shall arise as a result from a response to this synopsis or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriate for this procurement. To be eligible for any future contract for the described services, it is mandatory that prospective offerors be registered in the Department of Defense Central Contractor Registration (CCR). Point(s) of Contact: Mr. Ricky Harris, Contract Specialist, Phone 210-652-5171, ext 3054 e-mail: ricky.harris@randolph.af.mil Ms Rhonda Chavez, Phone 210-652-5176, ext 3034 e-mail: rhonda.chavez@randolph.af.mil Future information on this acquisition will be posted on FedBizOpps, http://www.fedbizopps.gov It is the responsibility of the prospective offeror to check this site regularly for any changes.
- Place of Performance
- Address: 12 CONS/LGCA, 395 B Street West STE 2, Randolph AFB, TX
- Zip Code: 78150-4525
- Country: United States
- Zip Code: 78150-4525
- Record
- SN01066768-W 20060611/060609220541 (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 |