Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2012 FBO #3835
MODIFICATION

16 -- C-5 ATS Additional Throughput

Notice Date
5/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8223-11-C-0003-1
 
Archive Date
6/23/2012
 
Point of Contact
Charles D. Underwood, Phone: 9372553665, Stacey Talbott, Phone: (937) 904-7499
 
E-Mail Address
Chad.Underwood@wpafb.af.mil, stacey.talbott@wpafb.af.mil
(Chad.Underwood@wpafb.af.mil, stacey.talbott@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: RFIC5AdditionalThroughput Notice Type: Sources Sought I. SOURCES SOUGHT PURPOSES This sources sought announcement is not a request for competitive proposals. The purpose of this announcement is to notify industry and to determine if any competitive sources exist and are interested in providing C-5 aircrew instruction for additional C-5 Avionics Modernization Program (AMP) and C-5 Legacy courses from 20 August 2012 to 31 March 2016 in quantities above what was solicited and awarded under RFP FA8223-10-R-3003. Subcontracting activities may be pursued to meet these throughput requirements. The specific courses are: 1) C-5 Aircraft Commander Mission Qualification (ACMQ-1) and C-5 Flight Engineer Examiner (FEFE). The throughput required is attached to this Sources Sought. This sources sought is issued for planning purposes in accordance with FAR 15.201(e) and 52.215-3. Responses to this sources sought notice are not considered offers and cannot be accepted by the Government to form a binding contract. Contractors/Institutions participating in this market research are advised their participation in this survey may not ensure participation in future solicitations or contract awards. Further, the Government will not reimburse participants for any expenses associated with the preparation or participation in this survey. Security clearance level is Secret US only. Instructions: 1. Below is a short description of the C-5 Training Systems Throughput requirement, a request for your business information, and a Contractor Capability Survey which allows you to provide your company's capabilities. 2. If, after reviewing these documents, you desire to participate in this research, you should provide documentation that supports your company's capabilities in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint Ventures or teaming arrangements are encouraged and up to each industry partner. II. PROGRAM REQUIREMENTS The performance requested increases the AMP/Legacy student throughput quantity during a period of performance extending from the Date of Award (estimated 20 Aug 2012) through 31 March 2016. The Prime Contractor is FlightSafety Services Corporation (FSSC) and will require an Associate Contractor Agreement (ACA). The work will be performed at Travis AFB, Lackland AFB, Memphis ANGB, Martinsburg ANGB, and Westover ARB. The total effort consists of training C-5 pilots, co-pilots and flight engineers. The ACA shall include: maintenance coordination, schedule coordination, shared training aids, (e.g. instructor guides), shared courseware, shared personnel space and office equipment. Specifically, support needed would only apply to the following courses in the quantities that are attached to this Sources Sought: 1. Mission Qualification training: Aircraft Commander Mission Qualification (ACMQ-1) 2. Upgrade training: Flight Engineer Examiner (FEFE) III. RESPONSES Part A: Business Information. Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of the business pursuant to North American Industry Classification System (NAICS) Code 611512. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) i. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability Survey Questions 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. Describe your company's experience at working collaboratively with another prime contractor. 4. Describe any risks you foresee in executing this effort. What steps would you likely take to mitigate the risks? 5. If you were to rely on subcontractors for this effort, what are their experiences and do you already have a relationship with the subcontractor(s)? 6. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced instructors. Assuming a contract award in August 2012, how soon could your company secure qualified training resources? 7. Describe your company's experience in classroom and simulator instruction and risks associated. Part C. Financial Capability Questions: 1. Describe your financial capabilities to successfully perform this contract. 2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. Respondents have until Friday, 1 June 2012 to pose questions to the program team. Answers to those questions will be posted as an amendment to this posting on Monday, 4 June 2012. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to no more than ten pages. Formal Written responses (no facsimiles or e-mails), must be received no later than close of business Friday, 8 June 2012. Please mail two (2) copies of your response to: ASC/WNSK Attn: David Goetz, Bldg 32, 2300 D Street, Wright-Patterson AFB, OH 45433-7249. Technical questions regarding this RFI should be directed to James Allen, Program Manager, ASC/WNSPA, 2300 D Street, Wright-Patterson AFB, OH 45433.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8223-11-C-0003-1/listing.html)
 
Place of Performance
Address: Travis AFB, Lackland AFB, Memphis ANGB, Martinsburg ANGB, Westover ARB, United States
 
Record
SN02756799-W 20120525/120524000658-3a4a1eea55ccf4922ee8f3eb80e00fde (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.