SOURCES SOUGHT
U -- Space Test Curriculum Development and Execution (STCDE)
- Notice Date
- 5/12/2021 1:39:22 PM
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930421R0006
- Response Due
- 6/11/2021 2:00:00 PM
- Archive Date
- 06/26/2021
- Point of Contact
- Tom Shea, Phone: 6615273321, Rebecca Snyder, Phone: 6612778452
- E-Mail Address
-
thomas.shea.3@us.af.mil, rebecca.snyder.1@us.af.mil
(thomas.shea.3@us.af.mil, rebecca.snyder.1@us.af.mil)
- Description
- THIS SOURCES SOUGHT SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Directorate of Contracting, Test Range and Specialized Contracting Division at the Air Force Test Center, Edwards Air Force Base, CA 93524 is conducting preliminary planning market research to obtain information from potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. For detailed requirement, see attached Performance Work Statement (PWS). BACKGROUND: The Contractor shall provide personnel necessary to develop and execute the United States Air Force (USAF) Test Pilot School (TPS) curricula at Edwards AFB (EAFB), CA. �Services shall include development and presentation of classroom instruction in Space domain testing to fulfill US Space Force (USSF) test education requirements, as well as general Test Foundations and Systems Test; integration of laboratory and hands-on educational capabilities; support of Space Test classroom and laboratory facilities; and support in TPS research efforts and projects. � Further, the Contractor shall provide knowledge and expertise to the Commandant, the Technical Director, and the Course Director on space test education related issues. This effort will support education and training including all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and �other items and non-personal services necessary to perform curriculum development and execution as defined in the attached Performance Work Statement. Services shall include development and presentation of classroom instruction in Space domain testing to fulfill US Space Force (USSF) test education requirements, as well as general Test Foundations and Systems Test; integration of laboratory and hands-on educational capabilities; support of Space Test classroom and laboratory facilities; and support in TPS research efforts and projects. � Projects may include flight instruction in gliders and/or light general aviation aircraft may be required. Further, the Contractor shall provide knowledge and expertise to the Commandant, the Technical Director, and the Course Director on space test education related issues. NAICS / SMALL BUSINESS SIZE STANDARD: The associated North American Industry Classification System (NAICS) code is 611710 � Education Support Services, Educational consultants, Educational testing services, Educational guidance counseling services, Student exchange programs, Educational testing evaluation services, with a small business size standard of $16.5 million. In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. INSTRUCTIONS: Request that responsible entities submit a capability statement demonstrating their experience in meeting all or portions of the requirement as outlined in the attached draft PWS. Please note that the draft PWS attached to this announcement is subject to further revision. Capability statements are not expected to be proposals, but rather statements regarding the entities existing technical and management capabilities to perform work as outlined within the draft PWS. Please indicate which portions of work your entity believes it can meet if not all. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if your entity can successfully meet the requirement. Information provided is for the sole purpose of conducting market research, and any information provided is strictly voluntary. Please include, but not limited to, the following: 1. Full name of your firm/venture, address, point of contact, point of contact phone number and email address. 2. Commercial and Government Entity (CAGE) Code. 3. Small Business Size Status in associated NAICS 611710. 4. Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women-Owned, Service-Disabled, Veteran-Owned). 5. Firm's/venture's ability to meet security requirements. 6. Evidence of recent (past 5 years) experience related to the requirement, to include Contract Number, Project Title and Description, and Points of Contact for each contract to include current telephone numbers and email addresses. 7. Return the draft PWS with industry comments, if any.� 8. Interest in participating as a Prime or Subcontractor in a teaming arrangement. 9. Interest in attending Industry Day. 10. Any other information deemed pertinent that will aid in our assessment of your firm's capabilities. Request responses be submitted via email (preferred method), fax, or mail to the Primary and Secondary Point of Contacts as listed below. Responses should be limited to no more than 15 pages. Note: File size shall not exceed 10MB - emails over this size will not be received. Telephone requests for technical information will not be honored; however, respondents are encouraged to submit technical questions as well as comments in writing, (email preferred). INDUSTRY DAY (BASED ON INTEREST FROM RESPONDANTS): The USAF TPS may hold an industry day to present its mission and anticipated objectives of the services anticipated as well as meet and consider comments from industry. The government may schedule an industry day based on responses received resultant from this sources sought. WHERE: Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards CA, 93524; Wolfe Yeager Conference Room WHEN: TBD THERE IS NO SOLICITATION AT THIS TIME. This is a request for information/sources sought announcement ONLY. This request for capability information does not constitute a request for proposal - no contract will be awarded from this notice and is not to be construed as a commitment by the Government. Submission of any information in response to this market survey is purely voluntary - the Government assumes no financial responsibility for any costs incurred. The Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted. Telephone inquiries will not be accepted or acknowledged. This notice is for planning purposes only, and does not constitute a solicitation for bids/proposals. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. If a Request for Proposal (RFP) is issued, it will be announced at a later date. All interested parties must respond to that RFP announcement separately from the response to this announcement, and are responsible for monitoring the Federal Business Opportunities (FBO) website for the posting of any solicitation or subsequent updates. � Primary Point of Contact: Carlos A. Barrera Contract Specialist Email:� carlos.barrera.8@us.af.mil Phone:� (661) 277-8438 Fax:� (661) 277-0470
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7fb0df530dc340cda07495bbe8f23afb/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN06000232-F 20210514/210512230117 (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 |