Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2017 FBO #5571
SOLICITATION NOTICE

R -- F-15 Combat Air-to-Air Training Systems (CAATS)

Notice Date
2/21/2017
 
Notice Type
Presolicitation
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Army, National Guard Bureau, National Guard Bureau, Operational Contracting, ATTN: NGB-OPARC-AQ, 111 South George Mason Drive, AHS-2, Suite T419A, Arlington, Virginia, 22204-1382, United States
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L-17-R-F15
 
Point of Contact
Elizabeth R. Henderson, Phone: 2406128020
 
E-Mail Address
elizabeth.r.henderson6.mil@mail.mil
(elizabeth.r.henderson6.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Air National Guard F-15 Combat Air-to-Air Training System (CAATS) (1) Action Code: N (2) Date: 21 February 2017 (3) Year: 2017 (4) Contracting Office Zip Code: 22204-1373. (5) Product or Service Code: R612 (6) Contracting Office Address: 111 South George Mason Drive, AHS, Arlington, VA 22204-1373 (7) Subject: This is a Pre-Solicitation/Synopsis notice in accordance with FAR 5.207 (8) Proposed Solicitation Number: Sole Source (9) Closing Response Date: N/A (10) Contact Point: TSgt Elizabeth Henderson (11) Solicitation Number: N/A (12) Contract Award Dollar Amount: TBD (13) Contract Line Item Number: TBD (14) Contract Award Date: Estimated time 01 April 2017 (15) Contractor: Lockheed Martin (16) Description: This contract will provide academic and simulator instruction to F-15 pilots at Kingsley Field Air National Guard (ANG), Klamath Falls, OR. The contractor will provide previously qualified fighter pilots to provide required syllabus instruction to new and returning F-15 pilots. The instructors will also be responsible for acting as subject matter experts for all courseware. The contract also provides courseware development for all lessons, workbooks, tests, interactive courseware, phase guides and syllabus finalization. They will also provide scheduling, security, registrar, training information management system support and information technology support. (17) Place of Contract Performance: Kingsley Field ANG, Klamath Falls, OR (18) Set-aside Status: No Set-Aside (b) Transmittal : http://www.fedbizopps.gov (c) General Format for "Description.": Attach Performance Work Statement (1) National Stock Number (NSN) : Not applicable for this requirement (2) Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see Subpart 9.2 ): Not applicable for this requirement (3) Manufacturer, including part number, drawing number, etc.: Not applicable for this requirement (4) Size, dimensions, or other form, fit or functional description: Not applicable for this requirement (5) Predominant material of manufacture: Not applicable for this requirement (6) Quantity, including any options for additional quantities: Not applicable for this requirement (7) Unit of issue: Months (8) Destination information: Not applicable for this requirement (9) Delivery schedule: Not applicable for this requirement (10) Duration of the contract period: Base year plus two (2) one (1) month options (11) Sustainable acquisition requirements (or a description of high-performance sustainable building practices required, if for design, construction, renovation, repair, or deconstruction) (see parts 23 or 36 ): Not applicable for this requirement (12) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold: Not applicable for this requirement (13) For Architect-Engineer projects and other projects for which the product or service codes are insufficient, provide brief details with respect to: location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors: Not applicable for this requirement (14) Not applicable for this requirement (15) In the case of noncompetitive contract actions (including those that do not exceed the simplified acquisition threshold), identify the intended source and insert a statement of the reason justifying the lack of competition: This will be a sole source contract to Lockheed Martin to assure continuity of services while the Government completes the competitive acquisition. The competitive requirement is currently being handled by Air Force Installation Contracting Agency (AFICA) 338 th Specialized Contracting Squadron (SCONS) who will retain ownership after the expiration of this final extension. (16) Not applicable for this requirement (17) If solicitations synopsized through the GPE will not be made available through the GPE, provide information on how to obtain the solicitation: Not applicable for this requirement (18) If the solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically: Not applicable for this requirement (19) If the technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government, such as https://www.fedbizopps.gov /, from which the technical data may be obtained: Not applicable for this requirement (d) Set-asides: No Set-Aside (e) This is a Service (f) Notice of solicitations cancellation. Contracting officers may publish notices of solicitation cancellations (or indefinite suspensions) of proposed contract actions in http://www.fedbizopps.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-17-R-F15/listing.html)
 
Place of Performance
Address: Kingsley Field ANG, Klamath Falls, Oregon, United States
 
Record
SN04409606-W 20170223/170221235537-d1f5c6c20312ac14608589120bdc2ed8 (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.