SOURCES SOUGHT
99 -- Special Warfare Training Wing (SWTW) Rotary and Fixed Wing Airlift Support
- Notice Date
- 3/26/2025 10:56:15 AM
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- FA3002 338 ESS CC JBSA RANDOLPH TX 78150-4300 USA
- ZIP Code
- 78150-4300
- Solicitation Number
- fa3002
- Response Due
- 4/11/2025 10:00:00 AM
- Archive Date
- 04/26/2025
- Point of Contact
- Jackson Hager, Kevin Harris
- E-Mail Address
-
jackson.hager@us.af.mil, kevin.harris.58@us.af.mil
(jackson.hager@us.af.mil, kevin.harris.58@us.af.mil)
- Description
- REQUEST FOR INFORMATION SPECIAL WARFARE TRAINING WING 1.0 Description 1.1 The Special Warfare Training Wing (SWTW) is seeking information on how interested contractors would provide services necessary to conduct aircraft lift support to the Special Warfare Air Force Sustainment Center�s (AFSC) Career Field Education and Training Plan (CFETP) schoolhouses[SE1] [HE2] . The purpose is to ensure that all required Pararescue Jumpers (PJ) / Combat Controller Specialist (CCT) / Combat Rescue Officer (CRO) / Special Tactics Officers (STO) candidates receive required air support. In both day and night/ land and water, this training supports: Static Line (SL) Military Free Fall (MFF) High Altitude, Low Opening (HALO) High Altitude, High Opening (HAHO) Cargo Delivery System (CDS) Medevac Training Mission Planning Real world support to medical emergencies (life, limb, eyesight or urgent transport during training iterations) Terminal Area Control (TAC) / Call for Fire (CFF) [SE3] [HE4] All of these support services serve as instruction to complete the curriculum requirements provided in the CFETP.[SE5] [HE6] 1.2 An effective solution must provide all services necessary to conduct aircraft lift support as mentioned in Section 1.1 and also in Section 2.0 of the attached Draft PWS�s (NOTE: capability statements for either fixed wing, rotary wing, or both will be accepted. Please see question h. in section 4.1). Additionally, the contractor shall provide all services necessary to conduct aircraft lift support for AETC assigned SW instructors to meet parachuting related training/proficiency requirements. The aircraft shall be provided to the Government fully configured for the scheduled operations. All hardware connected to the aircraft will be Contractor configured and provided to the activity supported. 1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not seeking proposals at this time and will not accept unsolicited proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 Background Current DoD military training air[SE7] [HE8] support does not have the capacity to support DoD, AETC training requirements. Additionally, military air support is tasked with operational requirements that prevent consistent access to training assets. This makes it increasingly difficult to schedule and plan training with local assets that have higher operational priorities resulting in the inability to meet training requirements. 2.1 Limitations: Vendor must be able to travel and meet the deliverables as set forth in the Performance Work Statement (PWS). 2.2 Security Requirements: There are no classified information requirements. 3.0 Purpose This effort focuses on the technical solution to conduct air lift support for both Rotary and fixed wing Aircrafts IAW the attached Draft PWS (Fixed and Rotary). 4.0 Response Format 4.1 Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than three (3) pages. All interested parties are invited to provide the following information:[SE9] a. Company Name, Commercial and Government Entity (CAGE) Code and Unique Entity ID (UEI) Number. b. Point of Contract (to include phone and email). c. Website URL, if applicable. d. State if your company is SAM registered under NAICS code 481219. e. 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 481219. f. Can your company meet all the description of supplies/services task described in the attached draft performance work statements (PWS)? (Respond to Fixed or Rotary or both). g. What specific experience does your company have that would be applicable to the requirements stated in the draft PWS? Can you provide a description of your experience with device-level identity management and authentication solutions? h. Does your company have the capability of a combined rotary and fixed wing requirement?[DB10] i. Detail your approach to maintaining and supporting aircraft lift support. j. Describe your previous experience providing both/either rotary or fixed wing support services. Include the contract number and contracting agency and provide a POC at that agency if possible. k. How would your company transition from the current contractor to ensure no interruption in services? Please address the transfer of knowledge, data, and systems. l. What, if any risk or unknowns would hinder your ability to meet the requirement? m. Should the Government consider a different NAICS for this requirement? n. If your company is on a GSA schedule, please provide your contract number, labor categories, and rates that are applicable to the scope of work described in the draft PWS. o. Do you see an innovative solution to providing fixed and/or rotary wing support? 4.2. 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. 4.3 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 12:00 PM (CST), on 11 Apr 25. Information shall be provided via e-mail in either Microsoft Word and/or Microsoft PowerPoint. Forward your responses regarding this RFI to the POCs identified below. 5.0 Industry Discussions SWTW representatives may or may not choose to meet with respondees. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by email to Mr. Jackson Hager at jackson.hager@us.af.mil, CC�ing Mr. Kevin Harris at kevin.harris.58@us.af.mil. Verbal questions will NOT be accepted. Questions SHALL NOT contain proprietary or classified information. Answers to questions will be shared with all respondees. The Government does not guarantee that questions received after 11 Apr 25/ 1200 CST will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide innovative technology and outreach methods. The information provided in the RFI is subject to change and is not binding on the Government. The DAF has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Attachments: PWS Rotary Wing Airlift (DRAFT) PWS Fixed Wing Airlift (DRAFT)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cffa61e1a62d441194e15e73e08e9d74/view)
- Place of Performance
- Address: JBSA Lackland, TX, USA
- Country: USA
- Country: USA
- Record
- SN07387704-F 20250328/250326230101 (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 |