Search Contract Opportunities

Sources Sought Notice   2

ID: FA4890-18-R-0006 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. This announcement closes 4:00 p.m. Eastern Standard Time on THURSDAY, 30 Nov 2017.

1. The government is seeking industry input from all sources (small and large businesses) at this time. Small Business concerns are highly encouraged to respond to this request in order for the government to determine if this acquisition should remain a total small business set aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19. The applicable North American Industry Classification System (NAICS) for this requirement is 611512 (Flight Training) with a corresponding size standard of $27.5M. Interested parties must be registered under NAICS 611512 in SAM (System for Award Management) at www.sam.gov. The government plans to consider all information submitted in response to this notice.
a. Air Combat Command, Acquisition Management Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the acquisition strategy to obtain non-personal services for the EC-130H/A-10C Contract Aircrew Training and Courseware Development contract. For this requirement, the contractor shall provide all personnel, equipment, tools, materials, supervision and all other items and services that are required to perform 355th Wing (WG) A-10C and 55 WG EC-130H Compass Call contract aircrew training and courseware development (CAT/CWD) at Davis-Monthan AFB Arizona, and 23 WG A-10C CAT/CWD at Moody AFB Georgia, and other places of performance, as required. Force structure changes may require performance of these services at locations other than those listed in this contract. If the government requires a change in place of performance, a modification to this contract will be accomplished. The contract may be modified in the future to include additional training, including training for the C-130H program. The contract will contain one Optional CLIN for live flying instruction. Please note: This acquisition requires a Top Secret Facility Clearance. Offerors must possess an active Top Secret Facility Clearance at time of proposal due date.

b. Performance will consist of a 2 month phase in period, one base period, and four one-year option periods. The government anticipates making award on or about October 2018 with a phase in period covering (1 Dec 18 - 31 Jan 19) with actual contract performance to start 1 Feb 19. The RFP release date is estimated to be in the March 2018 timeframe. Note: This is an estimated posting timeframe and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings. A Draft Performance Work Statement (PWS) and Draft DD254 is posted in conjunction with this notice to provide the size, scope, and complexity of the requirement.
c. The predecessor contract was awarded under a 100% small business set aside. The government is seeking industry input to determine if there are adequate small business concerns capable of performing the follow-on requirement. A determination regarding set aside status for this effort has not been made.
d. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the government to any acquisition for these services. All interested parties are requested to submit a capabilities package (please limit to no more than 15 pages total) outlining your company's key business abilities relevant to the performance of this requirement (reference Draft PWS and Draft DD254) and addressing all questions within this notice. Request you use the title "Solicitation FA4890-18-R-0006 - Sources Sought, [Company Name]" in the e-mail subject line. Please submit the information to this office by NLT the closing date and time (30 Nov 17, 4:00 p.m. Eastern Standard Time) to Ms. Susan Dunnigan at susan.dunnigan@us.af.mil, Mr. Kevin Riebsam at kevin.riebsam.1@us.af.mil, and Capt Hannah Kosirog at hannah.kosirog.1@us.af.mil.

e. The internet and email shall be used as the primary means of disseminating and exchanging all information. Hard copies of documents posted on FBO will not be made available. The government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact Ms. Susan Dunnigan at (757) 225-6037 or Capt Hannah Kosirog at (757) 225-2153.

f. Your response must include the following information about your organization:

Name of Organization
Address
Telephone Number
Point(s) of Contact
E-Mail Addresses
Cage Code
DUNS Number
Business Size: ________Small _________Large

Small Business Size Status:
SBA 8(a) Business Development Program Concern: _________
Historically Underutilized Business (HUB) Zone Concern
Small Disadvantaged Business Concern: _________
Veteran-Owned Small Business Concern: _________
Service-Disabled Veteran-Owned Small Business Concern: _________
Women-Owned Business Concern: ___________
Economically Disadvantaged Women-Owned Small Business Concern: _________

2. This market research is conducted to assist in determining acquisition strategy for the subject procurement. Specifically, feedback is sought from industry in regards to commercial practices to obtaining the required services, as well as the capability of industry in providing the required services within our military environment. Contract type, commercial practices, potential set-aside strategy as authorized by FAR Part 19 and performance-based specifications are being considered in development of this solicitation. Your input will greatly assist in this development.

You are invited to review the Draft PWS and Draft DD254 posted with this notice and provide any input you would like considered as we formulate our acquisition strategy. In order for the Contracting Officer to make a set aside determination for any acquisition, there must be a reasonable expectation of qualified offerors that can satisfactorily perform all contract requirements and that award will be made at fair market prices. Total set asides cannot be made unless such a reasonable expectation exists. The government believes it is mutually beneficial to all parties if this determination is made as early as possible in the acquisition process. If your firm intends to submit a proposal as Prime contractor for this effort, you must respond to the following questions regarding your experience, capabilities, and intentions. Please limit your response to no more than one (1) page per question. The government is not requesting technical and/or management proposals at this time. Your response will be used solely for planning purposes in the formulating the acquisition strategy.

3. Questions from prospective offerors and subsequent answers will be posted throughout the presolicitation phase of the procurement. Please mark any information that you wish to be protected as "acquisition sensitive" or "proprietary." We expect to make further postings of draft documents (including a draft solicitation) in the coming months, in anticipation of issuing a final solicitation around the March 2018 timeframe. Your continued input is welcome throughout this process. Please respond to the following questions:

1) Do you intend to submit a proposal as Prime contractor for this requirement?

2) Submit evidence of experience and ability to provide program management of a large multi-platform and technically complex EC-130H/A-10C type service contract. Refer to Draft PWS and Draft DD254. Provide references and points of contact.

3) Include information on your company's technical and financial abilities that will allow you to meet the requirements of a program of this magnitude. Refer to the Draft PWS and Draft DD254.
4) Address your company's ability to manage and integrate subcontract efforts.

5) Include evidence of your company's ability to provide program management of geographically-dispersed locations for similar type services. Refer to the Draft PWS and Draft DD254.

6) Address the up-front capital investment and the company's ability to: 1) Hire and maintain qualified personnel; 2) Knowledge and experience of the Air Force Instructional System Development Management Plan (ISDMP) or, industry equivalent; 3) Quality Control capabilities to meet the Government's inspection/quality requirements. Refer to the Draft PWS and Draft DD254.
7) Do you currently possess the required security clearance(s) or have the ability to obtain personnel with sufficient clearance before the proposal due date? Do you currently possess the required Facility Clearance? Refer to the Draft PWS and Draft DD254.

8) Should this effort be competed as an LPTA or a Full Trade-Off? If you support a Full Trade-Off, what technical aspect(s) of the Draft PWS do you see as that can be traded-off in terms of price? You must support your position.

9) Do you anticipate any problems with acquiring and retaining a trained workforce to support the level of effort described in the draft PWS? Refer to the Draft PWS and Draft DD254. Identify any risks/concerns you may have. Provide any information/obstacles on commercial practices in hiring and retaining qualified instructors.
10) Identify whether your company is large or small under the North American Industry Classification System (NAICS) Code 611512, Flight Training. If you are a small business and are requesting a set aside action other than a 100% small business set aside, please identify the appropriate set aside program for which you wish to be considered.

All information received will be protected and safeguarded as Source Selection Sensitive Information IAW FAR 3.104, Procurement Integrity. Please submit the requested information to this office by NLT the closing date and time (30 Nov 2017, 4:00 p.m. Eastern Standard Time) to Ms. Susan Dunnigan at susan.dunnigan@us.af.mil, Mr. Kevin Riebsam at kevin.riebsam.1@us.af.mil, and Capt Hannah Kosirog at hannah.kosirog.1@us.af.mil.

Overview

Response Deadline
None
Posted
Nov. 15, 2017, 3:54 p.m. EST (updated: May 29, 2018, 2:38 p.m. EDT)
Set Aside
None
Place of Performance
Davis-Monthan AFB, AZ and Moody AFB, GA USA
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
32%
On 11/15/17 Air Combat Command issued Sources Sought FA4890-18-R-0006 for Sources Sought Notice. The opportunity was issued full & open with NAICS 611512 and PSC 99.
Primary Contact
Title
Contract Specialist
Name
Susan L Dunnigan   Profile
Phone
(757) 225-6037

Secondary Contact

Title
Branch Chief
Name
Hannah J. Kosirog   Profile
Phone
(757) 225-2153

Documents

Posted documents for Sources Sought FA4890-18-R-0006

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought FA4890-18-R-0006

Award Notifications

Agency published notification of awards for Sources Sought FA4890-18-R-0006

Contract Awards

Prime contracts awarded through Sources Sought FA4890-18-R-0006

Protests

GAO protests filed for Sources Sought FA4890-18-R-0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA4890-18-R-0006

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA4890-18-R-0006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > AMIC > FA4890 HQ ACC AMIC
FPDS Organization Code
5700-FA4890
Source Organization Code
500042962
Last Updated
May 29, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 29, 2018