SOURCES SOUGHT
U -- U-2 / T-38 Contract Aircrew Training and Courseware Development (CAT/CWD) - Sources Sought Attachments
- Notice Date
- 5/25/2012
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-12-R-0012
- Point of Contact
- Travis D. Marshall, Phone: 757-225-7707, Helen L Vaughn, Phone: 757-225-6035
- E-Mail Address
-
travis.marshall@langley.af.mil, helen.vaughn@langley.af.mil
(travis.marshall@langley.af.mil, helen.vaughn@langley.af.mil)
- Small Business Set-Aside
- N/A
- Description
- U-2 / T-38 CAT/CWD Sources Sought Attachment 2 U-2 / T-38 CAT/CWD Sources Sought Attachment 1 U-2 / T-38 CAT/CWD Draft PWS dated 2 May 2012 SOURCES SOUGHT NOTICE THIS SOURCES SOUGHT NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT CLOSES 25 June 2012. The Government is seeking industry input from all sources at this time to determine if this acquisition should remain a total small business set-aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19. Small Business concerns are highly encouraged to respond to this request. The applicable North American Industry Classification System (NAICS) for this requirement is 611512 with a size standard of $25.5M. Interested parties must be registered in CCR under NAICS 611512. Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the acquisition strategy to obtain non-personal services for U-2 and T-38 Contract Aircrew Training and Courseware Development (CAT/CWD), here after known as the U-2/T-38 CAT/CWD contract. This contract provides support to staff personnel of U-2 and T-38 operations as required at Beale AFB CA, T-38 operations at Whiteman AFB MO, and T-38 Adversary Air (ADAIR) at Langley-Eustis, Holloman, and Tyndall AFBs. The contract may be modified in the future to include additional training for the RQ-4 (Global Hawk) program. The contractor will perform to the standards specified in this contract. The period of performance will cover a 2-month Phase-In, 1-Base Year, and 4 One-Year options. The Government expects to make an award on or about 17 May 2013, with the 2-month Phase-In of 1 Aug 2013 - 30 Sep 2013, and actual performance start date of 1 Oct 2013. This acquisition will be issued as a Request For Proposal (RFP) on or about 10 Oct 2012. Please note this is an estimated posting time and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website/ FedBizOpps for all subsequent postings. A draft Performance Work Statement (PWS) dated 2 May 2012 is posted in conjunction with this notice to provide the size, scope, and complexity of this requirement. A determination regarding the set aside status for this effort has not been made. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. Interested small business concerns should submit a capabilities package (please limit to no more than 10 pages total) outlining their key business abilities relevant to the performance of this requirement and addressing the questions found in Attachment 1 to this notice. All companies are encouraged to respond and submit the requested information to this office by 1:00 p.m. Eastern Standard Time (EST) on 25 June 2012. Further, we are conducting Market Research to determine whether or not this requirement should be procured as a Commercial Service versus Non-Commercial. We are requesting all potential offerors to complete Attachment 2 and return with their responses. This attachment is in addition to all other requested information stated within this notice. The information acquired from such Market Research will be used to determine whether the requirement should remain a Commercial acquisition. Note: Offerors responding to this notice as a small business concern must be certified and qualified as a small business under NAICS 611512, registered in the Central Contractor Register (CCR) under NAICS 611512, and certified in ORCA as a small business concern. Please provide all responses/packages via email to Travis Marshall, ACC AMIC/PKB, (757) 225-7707, travis.marshall@langley.af.mil. The Government plans to consider all information submitted in response to this sources sought notice and use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available. The Government will provide an email confirmation of receipt of information. If you have difficulty in emailing your response and/or an email confirmation of receipt is not received, then you are encouraged to contact Travis Marshall at (757) 225-7707. Please include the following information about your organization in your response: Name of Organization Address Telephone Number Point(s) of Contact E-Mail Addresses Size of Business: ________Small _________Large Status of Business: SBA 8 (a) Business Development Program Concern: _________ Historically Underutilized Business (HUB) Zone Concern Small Disadvantaged Business Concern: _________ Veteran-Owned Small Business Concern: _________ Service-Disabled Veteran-Owned Small Business Concern: _________ Women-Owned Business Concern: ___________ The ACC AMIC/PKB points of contact for subject requirement are Travis Marshall, Contract Manager (757) 225-7707, and Ms. Helen Vaughn, Contracting Officer (757) 225-6035.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-12-R-0012/listing.html)
- Place of Performance
- Address: See draft PWS dated 2 May 2012 for places of performance., United States
- Record
- SN02759033-W 20120527/120525235039-0666987d7630292f2a51ce41ce96cffc (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 |