Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

U -- Command and Control (C2) Contract Academic Training (CAT), Courseware Development (CWD), Distance Learning (DL)

Notice Date
2/26/2009
 
Notice Type
Presolicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-09-R-0008
 
Point of Contact
Jeremy Babb,, Phone: 757-225-7486, Jacquelyn O Cooper,, Phone: 757-225-5801
 
E-Mail Address
jeremy.babb@langley.af.mil, jacquelyn.cooper@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Contracting Division of the Air Combat Command Acquisition Management and Integration Center (ACC AMIC/PK) of the Department of the Air Force intends to issue a Request for Proposals (RFP) for a contract for the Command and Control (C2), Contract Academic Training (CAT), Courseware Development (CWD), Distance Learning (DL) Requirement. This C2, CAT, CWD, and DL contract will provide contract academic training, courseware development, distance learning services, and staff support services for the Control and Reporting Centers (CRCs), Air Defense Sectors (ADSs), and Air Operations Centers (AOCs) missions at various locations in the ACC and the Pacific Air Force (PACAF) Command, and for the Grounds Systems Section of the C2ISR Operations Division of the ACC Air and Space Operations Directorate at Langley AFB, Virginia. The specific tasks for the contract are divided into the following four categories: (1) Major Command (MAJCOM)/Unit Staff Support including Distributed Mission Operations (DMO), (2) CRC CAT, (3) CWD, and (4) DL Services. The C2ISR Operations Division of the ACC Air and Space Operations Directorate (ACC/A3Y) requires on-going operational services to improve organizational policy development, program and/or project management and administration; to provide technical and analytical tools; and to improve the operation of systems supporting the mission. In regard to CRC CAT, the contractor shall conduct academic and training device instruction in support of formal course syllabi, training plans, event lesson plans, and training device instruction for course students at the CRC formal training unit (FTU) at Luke AFB, Arizona. In regard to CWD, contractor personnel will produce, update, and revise classified and unclassified CRC, ADS, and AOC courseware to support academic and training device instruction, and crewmember duty/mission-generated training requirements covered under the contract. In regard to DL, the contractor will provide the most effective DL architecture required to deploy, manage, and assess a web-based training environment in both synchronous (real-time, on-line) and asynchronous (on-demand, off-line) delivery systems. This acquisition will be set-aside for small business concerns based on Federal Acquisition Regulation (FAR) 19.502-2, Total Small Business Set-Asides. Therefore, only proposals from sources that qualify as small business concerns as defined by 13 Code of Federal Regulations (CDR) Part 121 based on size standards established by the U. S. Small Business Administration (SBA) will be considered. The requirement for the small business set-aside will be met through requests for competitive proposals. The North American Industry Classification System (NAICS) Code for this requirement is 611512, Flight Training. A pre-proposal conference and site visit for subject solicitation is tentatively scheduled for 09 Apr 09 at Luke AFB, Arizona. Since these plans are subject to change at this point, the government advises interested parties that you should not make travel arrangements based on these plans. Definitive information about the pre-proposal conference and site visit will be included in the RFP. The solicitation will be issued as a RFP utilizing Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 15, Contracting by Negotiation, policies and procedures. The resultant contract will be a Fixed-Price with Cost-Reimbursable Line Items contract. The government plans to release the RFP via posting it to the Federal Business Opportunities (FedBizOpps) website on or near the week of 15 Mar 09. The RFP will be made available only on the FedBizOpps website. The closing date for receipt of proposals is tentatively scheduled to be 22 Apr 09. Telephone or written requests for this RFP will not be honored. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates on the acquisition and/or amendments to the solicitation. The government seeks to award to an offeror using the best value approach. With this approach, the government determines the offer that provides the greatest overall benefit in response to the requirement based on an analysis of proposals based on the evaluation factors included in the solicitation. The anticipated date of award is 19 Aug 09. The anticipated contract start date is 01 Oct 09 with a transition period from 01 Sep 09 to 30 Sep 09. The anticipated period of performance is a one-year base period and four one-year option periods. Please note that all of the information pertaining to subject solicitation including updates on the acquisition and/or amendments to the solicitation will be posted to the FedBizOpps website. The Contract Manager for subject acquisition is Capt Jeremy Babb. He can be reached via e-mail at jeremy.babb@langley.af.mil and via telephone at 757-225-7486. The Contracting Officer for subject acquisition is Ms. Jacquelyn Cooper. She can be reached via e-mail at jacquelyn.cooper@us.af.mil and via telephone at 757-225-5801.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba038ef6cb31ff712675ee4053fdb0af&tab=core&_cview=1)
 
Place of Performance
Address: See synopsis., United States
 
Record
SN01757857-W 20090228/090226220559-ba038ef6cb31ff712675ee4053fdb0af (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.