Inactive
Notice ID:FA4890-19-R-A020
4/3/19: THE ORIGINAL RFI NOTICE IS BEING MODIFIED TO INFORM INDUSTRY TO DISREGARD PREVIOUSLY ATTACHED DRAFT PWS AND USE THE DRAFT PWS PDF FILE ASSOCIATED WITH THIS RFI MODIFICATION NOTICE. The Draft P...
4/3/19: THE ORIGINAL RFI NOTICE IS BEING MODIFIED TO INFORM INDUSTRY TO DISREGARD PREVIOUSLY ATTACHED DRAFT PWS AND USE THE DRAFT PWS PDF FILE ASSOCIATED WITH THIS RFI MODIFICATION NOTICE. The Draft PWS associated with this Request for Information (RFI) notice been modified. Please review the attached revised pdf file (titled Draft PWS 552ACW E3 Draft PWS 29 Mar 19) and provide input accordingly. Request that the previous version of the draft PWS be discarded and use the attached Draft PWS. Industry response(s) to the RFI, PWS and Commerciality Questionnaire remains as April 17, 2019 by 1:00pm EST. 4/3/19: ORIGINAL RFI FBO POSTING: THIS IS A REQUEST FOR INFORMATI0N (RFI) SOURCES SOUGHT NOTICE. THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 1:00 p.m. E.S.T on Tuesday, 16 Apr 19. SUBJECT: Solicitation FA4890-19-R-A020 552 Air Control Wing E-3 Contract Aircrew Training and Courseware Development, Market Research Questionnaire The Government is seeking industry input from all sources (small and large businesses) to determine whether or not this requirement should be procured as a Commercial Service versus a Non-Commercial service. Request all potential offerors complete Attachment 2 and return with their response(s). The information acquired will be used to determine whether the requirement should remain a Commercial acquisition. Small Business concerns are highly encouraged to respond to this request in order for the Government to determine if this acquisition should be considered for 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 Code 611512, Flight Training with a size standard of $27.5 M. Interested parties must be registered under NAICS 611512 in SAM (System for Award Management) at www.sam.gov, formerly known as CCR (Central Contractor Registration). The Government plans to consider all information submitted in response to this RFI Sources Sought notice. The objective to this market research is 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. Please review the associated draft PWS (attachment 1) posted to this site and the following questions (attachment 2), and provide any input (in writing) you would like considered as we formulate the acquisition. In order for the Contracting Officer (CO) to set aside any acquisition over $150,000 for small business, there must be a reasonable expectation that offerors can satisfactorily perform contract requirements and that award will be made at a fair market price. Total set-asides cannot be made unless such a reasonable expectation exists. The Government believes that it is mutually beneficial to determine the capability of offerors eligible for set-aside early in the procurement process in order to preclude the need for modification of the acquisition strategy later. The Government is not requesting technical/management proposals, only capability information that will be used as market research to develop the acquisition strategy and solicitation.