SOURCES SOUGHT
U -- Survival, Evasion, Resistance, and Escape (SERE) and Evasion and Conduct After Capture (ECAC) Instruction and Support
- Notice Date
- 4/7/2014
- Notice Type
- Sources Sought
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- Department of the Air Force, Air Force Installation Contracting (AFICA), 338 SCONS, 2021 1st Street West, Randolph, Texas, 78150-4302, United States
- ZIP Code
- 78150-4302
- Solicitation Number
- FA3002-14-R-0012
- Archive Date
- 5/22/2014
- Point of Contact
- Robert J. Walz, Phone: 210-652-5734, Kevin C. Walker, Phone: 2106527871
- E-Mail Address
-
robert.walz.1@us.af.mil, kevin.walker.3@us.af.mil
(robert.walz.1@us.af.mil, kevin.walker.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Planning Purposes: This is a Request For Information in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award. Introduction: This RFI is for market research purposes only. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. This is not a Request for Proposal (RFP), solicitation or an indication that the Government will contract for this requirement. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation will be announced separately. The Air Force is only interested at this point in identifying interested and capable contractors for this service. The Air Force is conducting market research for Survival, Evasion, Resistance and Escape (SERE) and Evasion and Conduct After Capture (ECAC) instructional and support services for informational purposes to be used for preliminary planning to gain knowledge of capabilities and qualifications from small businesses that have the resources to perform the anticipated work requirements. SERE/ECAC Program Objectives: The contractor shall provide all personnel, supervision, and all other items and services, as identified in the Performance Work Statement (PWS), required to conduct and support SERE at Fairchild AFB, WA and ECAC at JBSA-Lackland AFB, TX. Specific tasks are divided into four categories: 1) Resistance Training; 2) Field Training; 3) Evasion and Conduct After Capture Training, and 4) Administrative support services. The ECAC requirement includes conduct after capture instruction in academic, academic role play laboratory (ARL) and resistance training laboratory (RTL) environments; escape and evasion operational training; and administrative support services. The primary courses currently taught under contract are S-V80-A, and S-V88-AL, however, instruction and courseware/curriculum development of all courses listed in the PWS and offered or managed by the USAF SERE School (336 TRG, Fairchild AFB WA) are within the scope of this contract regardless of location. The anticipated total period of performance will consist of a 12 month base period (including a one month mobilization period) and up to four one-year option periods, with an additional 6-month option to extend services beyond the contract period. It is the Government's intention to award a single firm-fixed price contract to ONE contractor. Information Required From Respondents: Please provide information pertaining to your capabilities, in the following areas: 1) Instructional experience in field and laboratory Survival, Evasion and Personnel Recovery Training. 2) Instructional experience in academic and laboratory Evasion and Escape Training. 3) Instructional experience in conduct after capture academics, academic role play and Resistance Training Laboratory operations. All responsible sources shall respond by submitting a written narrative Statement of Capability including informational literature demonstrating the ability to meet the requirements listed in the PWS, placing emphasis on the instructor workforce qualifications listed in section 6. Qualifications, posted under this request in reference to the PWS. Contractors will note that this document is in draft form and has not been finalized. The final PWS document may take into consideration information received under this RFI. All prospective offerors shall indicate their size standard when replying to this RFI. For purposes of this acquisition, the North American Industry Classification System (NAICS) code is 611699 - All other Miscellaneous Schools and Instruction. The small business size standard is $10 million. Prospective offerors must have the financial backing to defray mobilization and operating cost for at least ninety (90) days. System for Award Management (SAM) registration is mandatory. Considerations and Business Strategies: Marketing materials are considered an insufficient response to this RFI. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Summary: It is the Government's intention to identify sources that can meet the above criteria. In your response briefly describe your firm's experience and capabilities with this type of training or similar training, current or past contracts that deal with the aforementioned services or similar services, and any information you deem relevant. All interested business concerns shall indicate interest in this acquisition by providing the company name, mailing address, phone number, a point-of-contact to include an e-mail address, your Federal Cage Code, and Data Universal Numbering System (DUNS) number, to the contracting office. Interested parties are to submit all correspondence (including questions concerning the draft PWS) pertaining to this requirement in writing via e-mail to the POCs listed below. Hard copies of documents posted on the FedBizOpps website will not be made available. An Industry Day is being considered. An announcement will be posted to this FedBizOpps website when and if it is determined to hold an Industry Day. The "DRAFT" PWS will be posted to this FedBizOpps website when it has been cleared for release. Robert J. Walz, Contracting Specialist, robert.walz.1@us.af.mil, 210-652-5734 Kevin Walker, Contracting Officer, kevin.walker.3@us.af.mil, 210-652-7871 Stephen S. Pritchett, Team Lead, stephen.pritchett@us.af.mil, 210-652-7860 SMSgt Alan Price, Program Manager, Alan.Price.1@us.af.mil, 210-652-9632 Responses are due NLT COB 3:00 CDT on 07 May 2014 via e-mail, if possible. Questions pertaining to this RFI may be submitted anytime up to the response date. All responses to questions will be posted in writing to FBO by the contracting office. The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition. Further information on this acquisition will be posted on this FedBizOpps website. It is the responsibility of the prospective offeror to check this site regularly for any changes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/00543bbe15e8a3207c45ed918dad1948)
- Place of Performance
- Address: SERE training at Fairchild AFB, Washington and associated SERE School Remote Training Sites located in Washington, Idaho and Texas., ECAC Training at JBSA Lackland AFB, Texas., United States
- Record
- SN03331474-W 20140409/140407234128-00543bbe15e8a3207c45ed918dad1948 (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 |