SOURCES SOUGHT
U -- AFICA TAF Instructor Pilots and Maintanence Training
- Notice Date
- 6/25/2014
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA300214RTaiwan1
- Archive Date
- 8/9/2014
- Point of Contact
- Tina L. WatsonTarver, , Kerry A. Kelly,
- E-Mail Address
-
tina.watsontarver.1@us.af.mil, kerry.kelly.2@us.af.mil
(tina.watsontarver.1@us.af.mil, kerry.kelly.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 338th Specialized Contracting Squadron (338 SCONS) is seeking information concerning the availability of capable contractors to provide non-personal services in support of the Taiwan Authorities /Taiwan Air Force (TAF). The TAF requires operator and maintenance training for the Mission Training Center (MTC). This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is not a RFP. It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611512, Flight Training, and the small business size standard is $25.5 million per year. System for Award Management (SAM) is mandatory (www.sam.gov). Contractor shall provide MTC operator training for twelve (12) TAF Instructor Pilots (IPs). Operator training shall take place at the contractor's CONUS location, OCONUS at the in-country location, or a combination. Maintenance training shall take place OCONUS at the in-country location. The contractor shall propose estimated durations and timeframes for this training. All training shall be based on data available under the FMS program and developed and presented IAW the country configured MTC/ equipment. Training will be presented to the level that will enable the TAF operators and maintainers to be self-sufficient and allow them to train additional operators and maintainers. Objectives: The objective of operator training is to provide the operators with the ability to operate, turn the systems on and off, inject anomalies for trainee reactions, create and load training missions and scenarios, trouble shooting, and take corrective action. The objective of maintenance technician training is to perform required maintenance, troubleshoot, accomplish repair procedures, test, etc. in accordance with applicable technical data. Training shall be to the detail/level necessary to allow students a thorough understanding in their specialty so that at the end of training they can perform all tasks without supervision. All operator and maintenance training will be in accordance with the manufacturer data and technical data. The primary emphasis shall be "hands-on" practical experience allowing the operator and technicians to complete all tasks using approved technical data. The students will speak English to a minimum comprehension level of 85 for Instructor Pilots and 70 for maintenance technicians. An ECL score relationship to student ability to speak English is listed below: • 0-39 ECL: No Practical Proficiency. • 40-54 ECL: Elementary Proficiency- Asks and answers questions on daily personal needs, within a limited vocabulary and with frequent errors in pronunciation and grammar. • 55-69 ECL: Limited Working Proficiency- Converses intelligently but without thorough control of pronunciation and grammar within most social situations about current events, his work, family, autobiographical information and non-technical subjects. • 70-79 ECL: Minimum Technical Proficiency- Participates effectively in all general conversation; discusses particular interests in his special field without making errors that obscure meaning. • 80-89 ECL: Full Technical Proficiency- Speaks the language fluently and accurately on all levels pertinent to military service needs without errors of pronunciation or grammar that interfere with ease of understanding. Materials: Training materials can be in contractor format. All training materials used by the students will be retained by the TAF students. Rough Order of Magnitude (ROM): The contractor shall provide a ROM for the operator training and a separate ROM for maintenance training. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Tina WatsonTarver @ tina.watsontarver.1@us.af.mil by 22 July 2014 @ 1400 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 name, CAGE Code and DUNS number, address, point of contact (POC), POC current telephone number and current email address; (2) approximate annual gross revenue (3) small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the 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 role will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) a brief summary of your company's experience; (9) indicate whether or not your company would be likely to submit a proposal if a formal solicitation is forthcoming; (10) indicate which North American Industry Classification System (NAICS) code(s) your company usually performs under for Government contracts. (11) Request large and small businesses provide a reasonable expectation for small business utilization as a percent of a total contract value. Please provide supporting rationale for the recommended percentage. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice. In order for the Government to make an SBSA determination, it is requested that small business concerns provide sufficient written information supporting their capability to perform the requirement listed above. Email any questions to avoid any misunderstanding or confusion. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. If any questions contain proprietary information, such information must be identified. All questions must be provided NLT 3 July 2014. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates. No extensions will be granted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e198608dd46eacf92b847f5c7477a0d)
- Record
- SN03405729-W 20140627/140625234834-8e198608dd46eacf92b847f5c7477a0d (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 |