Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
SOLICITATION NOTICE

U -- U-2 / T-38 Contract Aircrew Training and Courseware Development (CAT/CWD)

Notice Date
9/18/2012
 
Notice Type
Presolicitation
 
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: 7572257707, Lisa T. Pena, Phone: 7572254525
 
E-Mail Address
travis.marshall@langley.af.mil, lisa.pena@langley.af.mil
(travis.marshall@langley.af.mil, lisa.pena@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE FOR FA4890-12-R-0012: This is a pre-solicitation notice only. Air Combat Command, Acquisition Management and Integration Center (AMIC) anticipates issuing the final RFP on or about 10 Oct 2012 with a closing date on or about 26 Nov 2012. This will be a competitive acquisition set-aside 100% for small businesses. The Government intends to make one award from this solicitation. The North American Industry Classification System Code (NAICS) for this requirement is 611512 with a corresponding small business size standard of $25.5M. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and all other items and services that are required to perform U-2 and T-38 Contract Aircrew Training and Courseware Development (CAT/CWD) and training for support staff personnel at Beale AFB CA, T-38 operations at Whiteman AFB MO, and T-38 Adversary Air (ADAIR) at Joint Base Langley-Eustis VA, Holloman AFB NM, and Tyndall AFB FL. The contract may be modified in the future to include additional training, including training for the RQ-4 (Global Hawk) Program. In regards to CAT, the contractor shall conduct academic and training device instruction in support of formal course syllabi, training plans, event instructor guides, and Continuation Training. Training shall be given to formal course students, permanent party aircrew, and U-2 operational support personnel to accomplish required event objectives and specific event tasks. In regards to CWD, the contractor shall produce, update, and revise U-2/T-38 aircrew and operational support personnel courseware to support academic and training device instruction, and flight phases of the training systems covered under this contract. The contractor shall develop all courseware using the current model of Instructional Systems Development (ISD) as defined in Air Force manuals and handbooks. The general tasks include the provision of: (1) Academic Scheduling, (2) Conference/Meeting Minutes, (3) Report/Update All Interactive Courseware Produced to the Defense Instructional Technology Information System, (4) Operational Test and Evaluation Support, (5) Maintenance of Master Files, (6) Develop Transition Plan, (7) Ensure CWD Personnel Have Working Knowledge of Instructional Systems Development Model, and (7) Submit All Required Reports. Performance will consist of a two month Transition/Phase-In period, a One-year Base period, and four One-year Option periods. The Government will use the Internet and email as the primary means of disseminating and exchanging any information concerning this requirement. Interested parties should review the documents posted and provide any question or comments via e-mail to the Contracting Office. When submitting questions or comments, offerors should provide their company name, address, point of contact, Cage Code, phone and fax number, email address, and business size. It is the offeror's responsibility to monitor the Internet for the release of the final Request for Proposal (RFP) and closing date. The Air Force will consider and respond to all inputs received. Industry response is encouraged to ensure all parties have maximum opportunity to participate in this acquisition and to ensure that the requirement is understood. A pre-proposal conference is planned to be held on or about 24 October 2012 at Beale AFB, CA. Details to follow. Offerors desiring to attend the conference must pre-register by 17 October 2012. Registration information is outlined in the RFP. An interested parties listing will be posted to FBO to facilitate teaming and subcontracting opportunities. To be eligible for contract award, offerors must be registered under the applicable NAICS code in the System for Award Management (SAM), which may be found at https://www.sam.gov/. SAM replaces functions formerly performed by Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA), among others. All interested parties are cautioned to ensure that information listed in SAM is current and correct. Interested parties are to submit all correspondence pertaining to this requirement in writing to the POCs listed below. 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 in a timely manner, you are encouraged to contact the POCs below. Primary POC: Travis Marshall (757) 225-7707 travis.marshall@langley.af.mil Alternate POC: Lisa Pena (757) 225-4525 lisa.pena@langley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-12-R-0012/listing.html)
 
Place of Performance
Address: Beale AFB, California, United States
 
Record
SN02887369-W 20120920/120919000859-591a900c57ffe786cd7e23e5e7a8e875 (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.