Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA002119R0003
The Air Force Installation Contracting Agency (AFICA) 765th Specialized Contracting Flight, Hurlburt Field, FL seeks small business concerns capable of providing Air Force Special Operations Command (...
The Air Force Installation Contracting Agency (AFICA) 765th Specialized Contracting Flight, Hurlburt Field, FL seeks small business concerns capable of providing Air Force Special Operations Command (AFSOC) MC-12 Aircrew Support for JAVAMAN Tactical System Operators (TSOs) in accordance with the draft Performance Work Statement (PWS). The Contactor shall provide aircrew, scheduling, registrar, and Opposing Force/Mission Rehearsal Trainer (OPFOR/MRT) support for JAVAMAN TSOs. The period of performance consists of a 12-month base year plus two 12-month option years and the anticipated performance start is estimated to start 1 Mar 19. Location of performance is at Will Rogers Air National Guard Base, Will Rogers World Airport, OK. The Government intends to set this acquisition 100% aside for competition amongst small business concerns under NAICS 611512 with a size standard of $27.5M. However, based on responses, the Government may change this acquisition strategy. The Government intends to award a single contract. This is a Sources Sought Notice and a request for information only. This is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government. This notice is not an offer by the Government to enter into a contract. The Government will not pay for any information provided by interested companies. Request interested companies to submit capability statements that describe their companies' ability to meet the requirements in the draft PWS. Submit capability statements in the in the format below: 1. Prospective Business Identification a. Company Name and Cage Code b. Address c. Phone Number d. Fax Number e. E-mail f. Point of Contact Information g. A website address that provides additional information about the prospective business h. The highest security clearance that your company currently holds. i. The North American Industry Classification System (NAICS) code for this effort is code 611512 with a size standard of $27.5M. Identify your company size as: Small, Small disadvantaged, 8a, Woman-owned Small Business (WOSB), Economically Disadvantaged Woman-owned Small Business (EDWOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and/or HUB Zone Business (HBCU/MI) in accordance with this NAICS and size standard. 2. Describe your company's relevant capability to provide Aircrew Training Support in accordance with the draft PWS. Include a brief history of your company, relevant experience, and innovative approaches in providing Aircrew Training Support services. 3. Is MC-12 Aircrew Support for JAVAMAN Tactical System Operators (TSOs) Aircrew Training Support services (as described in the draft PWS) commercial in nature as defined in FAR 2.101? Explain your rationale in detail. 4. This is a new requirement. In terms of evaluating a company for this effort, what critical evaluation criteria would differentiate companies' capabilities? Explain your rationale in detail. 5. If your firm were to put together a proposal for an effort of this magnitude, what would you provide that best demonstrates your company's experience and performance? 6. What page limitations would be adequate for a technical proposal for a potential effort of this nature? 7. What would be an adequate proposal response time for a requirement of this magnitude? 8. The Government may require a very short mobilization period, such as two weeks. a. Would you company be able to mobilize and be able to start performance in two weeks? b. What would be an adequate transition period to mobilize and be able to fully perform on the start date of performance? 9. Do you have any concerns regarding this requirement? Please identify. This is a new requirement, there is no incumbent contractor nor a collective bargaining agreement in place. Responses to this notice are due no later 2:00 PM, CST on Friday, December 14, 2018. Submit responses shall be submitted electronically to angela.maher@us.af.mil. All documents shall be submitted in .pdf format and the title of the documents shall include the offeror's name. Failure to respond to this notice will not preclude firms from submitting proposals in response to the RFP. An official RFP for this requirement is estimated to be issued in January 2019; however, this may change.