MODIFICATION
U -- Iraqi Air Force English Language & Fixed Wing Flight Training Programs - DRAFT Performance Work Statement
- Notice Date
- 4/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 611512
— Flight Training
- 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
- FA3002-11-X-0004
- Archive Date
- 6/25/2011
- Point of Contact
- Suzanne Davenport, Phone: 2106522425
- E-Mail Address
-
suzanne.davenport.1@us.af.mil
(suzanne.davenport.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Performance Work Statement for the Iraq Air Force Flying Training Program The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable contractors to provide non-personal services in support of the Iraqi Air Force (IqAF) Flight Training Program mission to support the Iraqi Air Force. Place of performance is Kirkuk Air Base, Iraq. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is not a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. Should a future requirement evolve from this preliminary planning process, it is anticipated the period of performance will be a base of one year plus two (2), one (1)-year option periods. It is also anticipated the type of contract will be a Firm Fixed Price contract. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512, Flight Training and the small business size standard is $25.5 Million. Requirement. The Flight Training Program shall consist of Initial Flight Screening (IFS), Primary Pilot Training (PPT), Pilot Refresher Training (PRT), Pilot & Simulator Instructor Training (PSIT), Simulator Maintenance & Logistics Training (SMLT), and Simulator Contractor Logistics Support (SCLS) programs. Please see the attached DRAFT Performance Work Statement for a more thorough explanation of the anticipated requirement. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Suzanne Davenport @ suzanne.davenport.1@us.af.mil by 8 May 2012 @ 1400 CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. At a minimum the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-11-X-0004/listing.html)
- Place of Performance
- Address: Kirkuk Air Base, Iraq, United States
- Record
- SN02729797-W 20120426/120424235354-e610eea5ddd00318383a72b5432f89e9 (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 |