Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SPECIAL NOTICE

U -- Reforge Project

Notice Date
1/17/2020 11:45:33 AM
 
Notice Type
Special Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
FA4890 ACC AMIC LANGLEY AFB VA 23665 USA
 
ZIP Code
23665
 
Solicitation Number
FA489020R0011
 
Response Due
2/18/2020 7:00:00 AM
 
Archive Date
03/04/2020
 
Point of Contact
Jeremy D. Young, Contract Specialist, Phone: 7572255942
 
E-Mail Address
jeremy.young.19@us.af.mil
(jeremy.young.19@us.af.mil)
 
Description
NOTICE OF INTENT TO AWARD A SOLE SOURCE This notice of intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and telephone requests will not be honored. ACC drafted a concept of operations to rebuild the current fighter training forge (Reforge CONOP) employing an F/T-7X, ACC variant of the T-7, in a 12 month focused training program.� The CONOP deliberately develops and experiences fighter aviators with relevant tactical skills prior to their fighter�s Formal Training Unit (FTU).� Reforge pilots will be eligible for the FTU/Track-1 course, taking about half as long as the Basic course. ACC intends to pursue a Reforge Proof of Concept (RFX) support acquisition to: 1) validate the CONOP and 2) assist in defining necessary capabilities on the F/T-7X. For the RFX, ACC requires 4-8 advance trainers with similar capabilities to the T-7, to provide approximately 3000 sorties/4500 flight hours annually for 4 years 364 days. The Acquisition Management Integration Center (AMIC) intends to utilize FAR 15 procedures to negotiate a sole source procurement with Hillwood Aviation for the RFX. AMIC intends to establish an initial RFX contract for an all-inclusive price�to use 4-8 advanced trainer aircraft to provide a total �turn-key� flying solution. The primary location for this RFX is Langley AFB. From the market research conducted, there appears to be only one source capable of providing aircraft with the following essential characteristics: The capability for an active radar capable of detecting a fighter sized target no later than 20 miles or the ability to install one without lapse or disruption of service within 1 year. The capability for embedded (synthetic) training system or the ability to install one without lapse or disruption of service within 1 year. The ability to achieve closure rates of at least 1100 knots when conducting in-unit air-to-air training. This purchase will be made utilizing Federal Regulation (FAR) 6.302-1(b)(2)(ii) �For DoD, NASA, and the Coast Guard, unique supplies or services available from only one or a limited number of sources or from only one or a limited number of suppliers with unique capabilities.� Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Supporting documentation shall include, but is not limited to�aircraft specifications, available quantities, and a comprehensive timeline�that includes aircraft importation and upgrades. A determination by the Government to not compete this proposed award upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected/associated with providing capability information will be provided. Any information provided will be considered solely for the purpose of determining whether to conduct a competitive procurement and is solely within the discretion of the Government. If the determination is made to conduct a non-competitive procurement a Justification for Other Than Full and Open Competition IAW FAR 6.303 will be provided by the Government as an attachment to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4bd37aba1dc04de6b57b04e287df784d/view)
 
Place of Performance
Address: Hampton, VA 23665, USA
Zip Code: 23665
Country: USA
 
Record
SN05537954-F 20200119/200117230133 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.