Search Contract Opportunities

ARSOAC SOATB Flight Training   3

ID: FY24_ARSOACSOATB • Type: Sources Sought

Description

THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation.

See the attached Draft Performance Work Statement (PWS). The anticipated period of performance will be for a 12-month base period and four (4) 12-month option periods. The anticipated base period includes a 60-day phase-in.

Documentation provided must address all required elements listed. Providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. Do NOT submit classified material.

Contractors interested in providing these services, should be registered in the System for Award Management (www.sam.gov). Contractors responding to this RFI are asked to provide the following information:

1. Company's full name and address, and Point of Contact information

2. Unique Entity Identifier (UEI)

3. Business size (whether large, small, small-disadvantaged, 8(a), HUB Zone, women-owned, Service-Disabled Veteran Owned Small Business, historically black college or university, and/or minority service institute).

Please also advise the Government of pending changes in the business size status, if applicable.

4. Facility Clearance Level (FCL)

5. A brief Statement of Capability (no more than 10 pages); which responds to the following question and demonstrates the ability to meet the requirements specified in the PWS.

- Question 1: What is your company's experience providing flight training services to Special Operations Forces (SOF) elements across the Department of Defense (DoD) or other federal agencies?

- Question 2: Discuss your company's recruitment and retention strategy as it relates to SOF specialized instructor pilots, flight simulator instructors, and training support personnel.

- Question 3: The Draft PWS requires approximately 207 FTE personnel. Discuss your company's experience with similarly sized contracts and describe your contract management strategy. Please consider providing potential pricing on Attachment 1- ROM. This will be used for Market Research purposes and will not be considered a Quote or Proposal. Pricing submitted on the ROM are non-binding.

- Question 4: The Government is interested in a FFP contract structure. What type of contract/CLIN structure does your company recommend for a positive outcome for both Industry and the Government?

The anticipated NAICS code is 611512 Flight Training with a size standard of $34 million dollars. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No feedback will be provided regarding individual capability statements. No reimbursements will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests.

Capability Statements/responses are due no later than Friday, April 26, 2024 at 1:00 PM EST. Please email responses to Maegan Castro at Maegan.n.castro.civ@socom.mil and Justin Burke at Justin.burke@socom.mil. Reference Sources Sought ARSOAC SOATB in the subject line.

Failure to respond to this RFI does not preclude participation in any future associated requests for quotations that may be issued. However, any potential small business set-asides will be based upon the feedback received. Respondents will NOT be individually notified of the results. However, if the final determination results in the verification of a sole-source negotiation, a Notice of Intent to Sole Source and the redacted Justification and Approval will be posted to www.sam.gov. For information regarding this notice, contact Maegan Castro at the email address listed above.

Respondents are cautioned that due to file size limitation and email security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all email correspondence. If receipt has not be acknowledged within 24 hours, please contact the Contracting Office at 910-432-7688.

Background
The solicitation is a Request for Information (RFI) from industry to identify interested sources capable of meeting the requirement. It is for planning purposes only and not a request for quote, proposal, or commitment on the part of the Government.

Work Details
The contract is for flight training services to Special Operations Forces (SOF) elements across the Department of Defense (DoD) or other federal agencies. The Draft Performance Work Statement (PWS) outlines the tasks to be performed, including providing support for program and operations management, instruction support, training development support cell, and specific tasks such as basic services, program and operations management, instruction support, medical instruction, combat skills instruction, armament instruction, and more.

Period of Performance
The anticipated period of performance will be for a 12-month base period and four 12-month option periods. The base period includes a 60-day phase-in.

Place of Performance
The place of performance is at various locations including Fort Campbell, KY; Fort Liberty, NC; Joint Base Lewis-McChord, WA; Hunter Army Airfield; and other required locations.

Overview

Response Deadline
April 26, 2024, 1:00 p.m. EDT Past Due
Posted
April 12, 2024, 11:34 a.m. EDT
Set Aside
None
Place of Performance
Fort Campbell, KY 42223 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
34%
Signs of Shaping
100% of similar contracts within the U.S. Special Operations Command had a set-aside.
On 4/12/24 U.S. Special Operations Command issued Sources Sought FY24_ARSOACSOATB for ARSOAC SOATB Flight Training due 4/26/24. The opportunity was issued full & open with NAICS 611512 and PSC R499.
Primary Contact
Name
Maegan Castro   Profile
Phone
None

Secondary Contact

Name
Justin Burke   Profile
Phone
None

Documents

Posted documents for Sources Sought FY24_ARSOACSOATB

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FY24_ARSOACSOATB

Incumbent or Similar Awards

Contracts Similar to Sources Sought FY24_ARSOACSOATB

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FY24_ARSOACSOATB

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FY24_ARSOACSOATB

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > US SPECIAL OPERATIONS COMMAND (USSOCOM) > HQ USASOC
FPDS Organization Code
97ZS-H92239
Source Organization Code
500043607
Last Updated
May 11, 2024
Last Updated By
maegan.n.castro.civ@socom.mil
Archive Date
May 11, 2024