Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2012 FBO #3998
SOURCES SOUGHT

U -- Medium Wrecker Holmes 600R 16 Ton Rotator Vehicle Training

Notice Date
11/2/2012
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
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-Egypt-VehicleTng
 
Archive Date
12/1/2012
 
Point of Contact
Teresa L. Yancey, Phone: 210-652-3672, Kerry A. Kelly, Phone: 210-652-5513
 
E-Mail Address
teresa.yancey@us.af.mil, kerry.kelly.2@us.af.mil
(teresa.yancey@us.af.mil, kerry.kelly.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The Air Education and Training Command (AETC), Contracting Squadron, LGCI is seeking sources for Medium Wrecker Holmes 600R 16 Ton Rotator Vehicle Training in support of Foreign Military Sales (FMS) acquisition program located at Randolph AFB, TX. The REQUEST FOR INFORMATION (RFI) is being issued to help determine the availability of qualified companies technically capable of meeting the Government requirement. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will quotes. No award will be made as a result of this RFI. The Government will NOT be responsible for any costs incurred by interested parties in responding to this RFI. This FedBizOps sources sought notice is strictly for market research. Acknowledgment of receipt of response will not be made, nor will respondents be notified of Government's evaluation of the information received. As a result of this RFI, the Government may issue a RFP; however, should such requirements materialize, no basis for claims against the Government shall arise as a result of a response to the RFI (e.g. use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). All respondents are requested to identify their firm's size and type of business (e.g. large business, small business, service disabled, HUB zone, 8(a), etc.) The North American Industry Classification System (NAICS) code is 611519, size standard $7.0M. Training for the Medium Wrecker Holmes 600R vehicle should include the following: Operation and Maintenance- Contractor will provide engine and transmission diagnostic repair, electrical system diagnostic repair, general subsystem diagnostic and repair and use of scan tools supporting this vehicle. Mode of instruction should be a mix of 40% academics and 60% hands on training. Total training period should not exceed four (4) weeks and should be for no more than six (6) hours of instruction per day. Training facility- Contractor will provided certified center with qualified staff and instructors where students are able to be trained on exact wrecker or similar characteristic wrecker. Student support- Contractor will provide to two (2) Egyptian Air Force (EAF) officers extended stay lodging facilities (hotel, furnished apartment) equipped with refrigerator, microwave, stove top and cooking utensils (one bedroom for each officer). Transportation- Contractor will provide roundtrip transportation from airport to hotel, local ground transportation to and from hotel to training facilities, and a once a week shopping trip to local supermarket so student can purchase provisions. (shopping will not exceed 2 hrs, and will not be farther than 25 miles round trip). If your firm is capable of providing the requirements described above, please provide a Capability Statement and ROM to Teresa Yancey @ teresa.yancey@us.af.mil or Kerry A. Kelly @ kerry.kelly.2@us.af.mil no later than 16 Nov 2012 @ 1200 noon 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. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-Egypt-VehicleTng/listing.html)
 
Place of Performance
Address: Contractor provided Facility CONUS, United States
 
Record
SN02923798-W 20121104/121102234121-63a54b3b30d05a8a764ca0fdea0df7ce (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.