Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2014 FBO #4467
SOURCES SOUGHT

U -- C-40 Flight Attendant Simulator Training - Sources Sought

Notice Date
2/14/2014
 
Notice Type
Sources Sought
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Department of the Air Force, Air Mobility Command, 763rd SCONS, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-14-R-0009
 
Point of Contact
Julia L. Brueggemann, Phone: 6182569957
 
E-Mail Address
julia.brueggemann@us.af.mil
(julia.brueggemann@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement for C-40 Flight Attendant Simulator Training The 763rd Specialized Contracting Squadron (763 SCONS) is seeking sources for a contemplated contract for the USAF C-40 Flight Attendant Simulator Training effort. This sources sought is issued for information and planning purposes only. CONTRACTING OFFICE ADDRESS: 763 SCONS 507 Symington Drive, Scott AFB, IL 62225 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. 763 SCONS is seeking information for potential sources for Initial and Refresher Academic and Simulator Training for USAF C-40 Flight Attendants. In order to maintain a high state of mission readiness, AMC/A3T seeks to provide high quality training for flight attendants. Specifically, this requirement shall ensure flight attendants for the C-40 are provided professional aircraft egress simulator training which will encompass normal and emergency procedures, emergency equipment, in-flight illness training, and aircraft simulator training. The anticipated period of performance: Base year 1 Jan 15 - 31 Dec 15 Option year 1 1 Jan 16 - 31 Dec 16 Option year 2 1 Jan 17 - 31 Dec 17 Place of Performance: Contractor's facility REQUIRED CAPABILITIES: The contractor shall provide qualified personnel, equipment, tools, materials, supervision, and other items and services necessary to ensure USAF C-40 flight attendant personnel are provided with professional aircraft egress simulator training. Flight Attendant Simulator Training: Professional aircraft egress simulator training will include normal and emergency procedures, emergency equipment, in-flight illness training, and aircraft systems training in the classroom. The contractor shall provide an operational aircraft simulator for conducting mock drills for unplanned ground evacuation procedures, planned and unplanned crash landing and ditching procedures, and sea survival procedures. Training shall include normal and emergency flight attendant procedures in accordance with the Performance Work Statement (PWS). SPECIAL REQUIREMENTS: Simulator(s) that meets the requirements listed in PWS paragraph 1.0 SOURCES SOUGHT: The anticipated North American Industry Classification System (NAICS) code for this acquisition is 611519 - "Other Technical and Trade Schools." The small business size standard is $14 Million. Please include in the Capability Statement whether or not your company (including teaming partners) is capable of providing all of the required training. If unable to provide all of the required training, please specify which training your company can provide and which training your company cannot provide. The acquisition strategy for this effort has yet to be decided. If your company has an interest in submitting a Capability Statement on the tasks described above, please respond no later than 2:00PM CST 28 Feb 14. Any questions must be submitted by 4:00PM CST 21 Feb 14. Please provide your questions and Capability Statement to Ms. Julia Brueggemann, Contracting Officer, Julia.Brueggemann@us.af.mil. The Capability Statement should include the following general information and technical background describing your firm's experiences in contracts requiring similar efforts to provide the above services. Please use no more than 10 type-written pages using 10-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, GSA schedules held, and CAGE code. 2. Identification of business size and whether currently designated as a Small Business as defined in the Federal Acquisition Regulation Part 19.1, and the appropriate categories (small business, small disadvantaged business, 8(a), service disabled veteran-owned small business, veteran-owned small business, woman-owned small business, HUB zone, minority-owned, etc.). 3. Anticipated teaming arrangements (if applicable). 4. Demonstrate your ability to support C-40 Flight Attendant Simulator Training as described above and in the Draft PWS, included with this notice. 5. Identify any major risks identified. 6. Comments relating to the Draft PWS. 7. Past/Current Performance Background as it relates to supporting the above requirement to include the following: a. Contract number b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) and Period of Performance e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour f. NAICS code/small business size standard g. Any other information deemed useful to the Air Force Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing Sources Sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-14-R-0009/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03289465-W 20140216/140214234304-302904b44a1845beffbf42981aaaa893 (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.