Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
SOURCES SOUGHT

U -- Adversary Air Support Exercise - Performance Work Statement

Notice Date
10/22/2019
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA487720Q8003
 
Archive Date
11/9/2019
 
Point of Contact
Juan Sanchez, Phone: 5202282377, Richard J. Snyder,
 
E-Mail Address
juan.sanchez.35@us.af.mil, cody.rodriguez.2@us.af.mil
(juan.sanchez.35@us.af.mil, cody.rodriguez.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please see the attached performance work statement for the Adversary Air Support Exercise. Sources Sought Notice For "Adversary Air Support Exercise" 355th Contracting Squadron, Davis-Monthan Air Force Base, AZ This notice does not constitute a formal request for quotations, bids or proposals. The purpose of this sources sought notice is access the marketplace for research purposes, and to identify any potential qualified businesses that are interested in providing the services annotated below. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) CAGE code and (g) a capability statement that clearly describes the organizations qualifications and ability to deliver the following requirement(s). Description of Requirement: _____________________________________________________________________________________ Contract Line Item [CLIN] 0001: "Adversary Air Support Exercise" in support of twenty (20) pararescue operators at Davis-Monthan Air Force Base from 18 to 20 November 2019. Quantity: 1 Unit of Measure: Bundle [Please see attached performance work statement for a printed version] _____________________________________________________________________________________ Contact Information/Important Times and Dates: If your company has the interest and capability of providing the aforementioned service, in accordance with the PWS, please respond via email using the information below. a.Contract Specialist: Juan Sanchez III, juan.sanchez.35@us.af.mil, 520-228-2377. b.Contract Specialist: Richard Snyder, richard.snyder.12@us.af.mil, 520-228-5484. **Responses are requested no later than Friday October 25th 2019, at 11:30 am. (Arizona Local Time). _____________________________________________________________________________________ Notice to potential offerors: All offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete the required Online Representations and Certifications Application (ORCA) thereof. Performance Work Statement for Adversary Support Exercise 1. Description of Services. The contractor shall provide all aircraft (Mi-24), qualified aircrew, aircraft orientation, maintenance technicians, tools, academic materials, flight equipment, ground training, flight support, post-mission briefings, debrief support, management, and supervision necessary, as well as a full estimated cost of the exercise including fuel cost, in order to deliver a realistic rotary-wing threat presentation to the 55th Rescue Squadron (55RQS) stationed at Davis-Monthan Air Force Base (DMAFB), Arizona. The exercise will provide the necessary training to twenty (20) operators from the 55th RQS in preparation for their upcoming deployment(s) in accordance with the Air Force Central (AFCENT) Unit Preparation Message (UPM) and squadron phased-training plan. All contract performance shall be conducted within a 50 mile radius of DMAFB during the time frame of 18-20 November 2019 (detailed schedule of services below). 2. Basic Services. The training shall include air support, basic helicopter maneuvering, aircraft combat maneuvering as well as factor threat analysis and mitigation as outlined by tactics, techniques, and procedures utilized by the Air Force Combat Search and Rescue. The contractor shall provide all logistics necessary to facilitate a realistic threat presentation in preparation for deployment in accordance with specific tasks below on 18-20 November 2019. 3. Specific Tasks. a. Aircraft Requirements and Aircrew Qualifications: The contractor shall provide at least 2x Mi-24 HIND helicopters, experienced instructor pilots who are able to provide classroom theoretical training, hands-on familiarization, and support eight flight training hours. b. Freight Support: The contractor shall provide the means to ship or transport the aircraft to DMAFB. Additional equipment to be shipped or transported will include classroom and training materials, aircrew flight equipment as well as mission planning and debriefing equipment. c. Transportation Support: The contractor shall provide the means to move their personnel, training-related material and/or equipment to DMAFB. Transportation in-and-around DMAFB will also be provided by contractor. This will include the means to move personnel and equipment between lodging facilities, sustenance facilities, airfield and all other applicable locations. d. Lodging Support: The contractor shall cover per diem, transportation and lodging fees for their personnel. 4. Deliverables. The contractor shall provide the following: a. Clean and serviceable aircrafts with qualified aircrew to support one day of familiarization/ academic training and two flying days consisting of 4 day Visual Flight Rules (VFR) flight hours each, totaling eight flight hours. Twenty operators from the 55th RQS will be participating in this training. b. The contractor shall have adequate insurance coverage by the time of award, and continue to be insured for the full duration of contract performance. c. Necessary miscellaneous classroom supplies, material and equipment necessary to fulfill the contract. 5. Applicable Documents and References. The unit will provide the references below upon request from the contractor: a. AFI 11-202 Volume 3 General Flight Rules b. AFI 11-2HH-60, Volume 3 HH-60 - Operations Procedures c. AFTTP 3-3.HH-60G d. AFI 11-214 Air Operations Rules and Procedures e. DMAFBI 11-250 Airfield Operations Instructions e. Local area orientation/brief 6. Government Provided Items, Equipment and Materials. The Government will provide airfield access and support, personnel means of conveyance, i.e. All Terrain Vehicles (ATVs), and facilities for mission planning and debrief as well as miscellaneous flight equipment as required. 7. General Information. a. Safety. The contractor shall comply with and maintain appropriate safety instructions and qualification. No information contained in the Performance Work Statement (PWS), nor any government action, or failure to act in performance of the contract, shall relieve the contractor of their responsibility for the safety of the contractor's personnel and property, Government personnel and property, and the general public. Furthermore, the contractor is responsible for complying with applicable Federal, State, and Local laws, ordinances, codes and regulations (including those requiring applicable licenses and permits) in connection with the performance of this contract. b. Mishaps. Safety and training related problems or mishaps involving government personnel observed by the contractor shall be addressed immediately with the Contracting Officer; 55th RQS will abide by established Air Force mishap reporting procedures. The Contracting Officer reserves the right to restrict employment under the contract of any contractor employee or prospective contractor employee identified as a potential threat to health, safety, general well-being, or operational mission of the installation and its populace. c. Contract Manager. The contractor shall have an available on-sight contract manager who shall be responsible for contract performance and act on behalf of the contractor on all matters relating to the performance of the contract. The name of the contract manager, and/or alternate who shall act in absence of the primary, shall be designated in writing to the Contracting Officer. The contract manager and alternate shall be able to read, write, speak and understand English. d. Employee Restrictions. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. Additionally, the contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DoD Directive 5500.7, Standards of Conduct. e. For Official Use Only (FOUO). The contractor shall comply with DoD 54007-R, Chapter 4, DoD Freedom of Information Act (FOIA) Program requirements. This regulation sets policy and procedures for the disclosure of records to the public and for their marking, handling, transmitting and safeguarding. f. Federal Holidays. The following federal holidays are observed at DMAFB. The contractor shall not perform services on federal holidays, or the day set aside for observance or designated DMAFB family days. i. New Year's Dayvi. Labor Day ii. Martin Luther King's Birthday vii. Columbus Day iii. President's Dayviii. Veteran's Day iv. Memorial Dayix. Thanksgiving Day v. Independence Dayx. Christmas Day
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA487720Q8003/listing.html)
 
Place of Performance
Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN05479589-W 20191024/191022230440-affa3dadd08b3e6af1133795028cf71a (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.