SOURCES SOUGHT
U -- F-15SA Maintenance, Flight, Engineer and Officer Training
- Notice Date
- 5/24/2012
- Notice Type
- Sources Sought
- 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
- RFI-F15SA-TRAINING
- Archive Date
- 6/22/2012
- Point of Contact
- Jesse Stuart Boyter, Phone: 2106529755, Kerry A. Kelly, Phone: 210-652-5513
- E-Mail Address
-
jesse.boyter.1@us.af.mil, kerry.kelly.2@us.af.mil
(jesse.boyter.1@us.af.mil, kerry.kelly.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable contractors to provide non-personal services for the following items: 1. Initial Cadre Aircraft Maintenance Training - contractor to provide academic and hands-on training for the initial cadre of contractor(s) maintenance instructors that will be providing maintenance differences training from F-15C/D/S to F-15SA at King Khalid Air Base (KKAB) and potentially other locations within the Kingdom of Saudi Arabia. This training would be conducted using a syllabi provided by the U.S. government and RSAF F-15SA production aircraft. The type of aircraft maintenance specialists trained would include at least the following: Avionics Sys, Attack Control (A-Shop), Instruments & Flight Control (B-Shop), Avionics Sys, Communications./Navigation (C-Shop Fighter Aircraft Maintenance Technician (Crew Chief Aerospace Propulsion Tech (110) Aircrew Egress Systems Aircraft Fuel Systems Aircraft Hydraulic Systems Aircraft Electrical/Environmental Systems Aircrew Flight Equipment Aircraft Armament Systems Avionics Backshop 2. Initial Cadre Flight Instructor Training - academic and flight training for the initial cadre of USAF, RSAF and contractor flight instructors (pilot and weapons systems officers). Training would be conducted using F-15SA production aircraft. 3. Engineering training - The RSAF has requested that logistics engineers receive engineer training related to the production of their F-15SA aircraft. The training includes systems, structures, avionics, avionics test station, and precision measurement equipment laboratory training. The purpose of the training is for the RSAF engineers to obtain in-depth knowledge needed for the repair and sustainment of the RSAF F-15SA aircraft. 4. Senior Officer Training - Provide an aircraft systems/capabilities and production overview for RSAF senior officers. This would be conducted at the Boeing production facility during the aircraft production process. 5. Digital Electronic Warfare System (DEWS). DEWS is currently under development at Boeing. Boeing will have the proprietary technical data needed to develop courseware/syllabi and to conduct the initial familiarization, maintenance training and aircrew training for operational employment and sustainment. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify potential sources and commercial practices in support of the Government's requirements. The information will be used in conducting market research to locate qualified, experienced and interested potential sources. 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. 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. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Jesse Boyter at jesse.boyter.1@us.af.mil or Kerry Kelly at kerry.kelly.2@us.af.mil by 7 Jun 12@ 1400 CST. 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. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. 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", indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" please provide brief information you feel would indicate your capability to mobilize, manage, and finance a service contract such as this; (7) If you indicated your roll will be a "Subcontractor", 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. Recommendations to maximize the efficiency and effectiveness of the anticipated solicitation and resulting contract, to include effective assessment methods, techniques, and best commercial practices in performance of the requirement as outlined above, are welcome. Any questions regarding this posting must be submitted by 4 Jun 2012 in order to allow answers to questions to be publicly posted before the required response date of 7 Jun 12. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. If any questions contain proprietary information such information must be identified. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/RFI-F15SA-TRAINING/listing.html)
- Record
- SN02757699-W 20120526/120525000005-ec3c2fbaf857f740733fb629d96ae1eb (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 |