SOURCES SOUGHT
U -- AETC Candidate Development Support Services
- Notice Date
- 9/28/2020 1:43:04 PM
- Notice Type
- Sources Sought
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- FA3002 338 ESS CC JBSA RANDOLPH TX 78150-4300 USA
- ZIP Code
- 78150-4300
- Solicitation Number
- FA3002-21-CDSSIII
- Response Due
- 10/15/2020 8:00:00 AM
- Archive Date
- 10/30/2020
- Point of Contact
- Sasha Stewart, Phone: 2106527875, Trevor Talamantez
- E-Mail Address
-
sasha.stewart@us.af.mil, trevor.talamantez@us.af.mil
(sasha.stewart@us.af.mil, trevor.talamantez@us.af.mil)
- Description
- This is NOT a request for proposal � IAW FAR 5.204 this is a request for information (RFI) for the Airfield Safety System. The Air Force Installation Contracting Center (AFICC) � 338 Enterprise Sourcing Squadron (ESS), JBSA-Randolph Air Force Base, Texas 78150-4302, intends to award a firm-fixed price contract. The anticipated contract will be a commercial contract with a period of performance of one 12-month base year and four 12-month option periods. The North American Industrial Classification (NAICS) code for this effort is 621999 with a size standard of $16.5M employees is determined to be the most appropriate for this acquisition.���� The purpose of this acquisition is to regionally deliver Special Warfare/Combat Support (SW/CS) professionally and technically experienced personnel to inspire SW/CS candidate�s through mentorship and a structured development process.� Contracted personnel will provide Air Force Specialty Code (AFSC) insight and knowledge to better inform the candidate on their career choice.� As well as AFSC guidance, contractors will provide coaching on nutrition requirements, strength/conditioning training, mental resiliency, and targeted fitness goal/expectations.� The candidate development program is aimed to both regionally enhance first-contact accessions and candidate mental and physical preparedness for the enduring demands of an SW/CS career. This RFI is NOT a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Vendors will not be reimbursed for any costs associated with responses to this RFI. Response Format: Please provide answers for each of the following question, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than two (2) pages: All interested parties are invited to provide the following information: Company Name, Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number. Point of Contract (to include phone and email) Website URL, if applicable State if your company is SAM registered under NAICS code 621999 State whether your firm is large, small business, small disadvantaged business (SDB), 8(a)-certified small business, historically underutilized business zone (HUBZone) small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), woman-owned small business (WOSB) based upon the for North American Industry Classification System (NAICS) code 621999. Describe your company�s capabilities to meet all the description of supplies/services task described in the attached draft Performance Work Statement. What, if any risk or unknowns would hinder your ability to meet the requirement? The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 10:00 AM (CST), on 15 Oct 2020. Information is preferred in soft-copy form in either Microsoft Word and/or Microsoft PowerPoint and shall be provided via e-mail. You may forward your responses and/or submit questions regarding this synopsis to the POCs identified below. Contract Specialist: Sasha Stewart, sasha.stewart@us.af.mil Contracting Officer: Trevor Talamantez, trevor.talamantez@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/20758d71c60747b89e43249ba9e4a760/view)
- Place of Performance
- Address: JBSA Randolph, TX 78150, USA
- Zip Code: 78150
- Country: USA
- Zip Code: 78150
- Record
- SN05813354-F 20200930/200928230149 (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 |