Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:H92429-23-R-0006
Title: 26 STS Exercise Training Support Pre-Solicitation #: H92429-23-R-0006 Procurement Type: Pre-solicitation Classification Code: U013 NAICS: 611699 – All Other Miscellaneous School and Instruction...
Title: 26 STS Exercise Training Support Pre-Solicitation #: H92429-23-R-0006 Procurement Type: Pre-solicitation Classification Code: U013 NAICS: 611699 – All Other Miscellaneous School and Instruction SB Set Aside: Total SB Set Aside Response Date: 24 April 2023 at 1200PM CST Questions Due Date: 12 April 2023 1500 CST Description: THIS IS A PRE-SOLICITATION NOTICE AND DOES NOT CONSTITUE A PROPOSAL REQUEST AT THIS TIME. PLEASE PROVIDE YOUR COMPANIES CAPABILITY PACKAGE IN RESPONSE TO THIS NOTICE. The contractor will provide ranges and restricted training areas for Exercise Training. All scenarios will be developed and executed by Government requirement activity. The contractor shall provide ranges, for Global Access, Personnel Recovery and Precision Strike for two full flight level Exercise Training execution. This requirement will cover a thirteen-day period of performance. Specific dates, PWS, and Appendixes will be provided to contractors determined to have the capabilities to deliver the required services. Additionally, contractors who are determined capable will be required to sign an NDA before receiving the specific dates, PWS, and Appendixes and Official Solicitation. LOCATION: Within 350-mile radius of Cannon AFB Contractor Personnel Requirements: There are no Contractor Personnel Requirements. All the exercise planning and role playing will be Government entities. Contractor Material Requirements: The contractor shall provide Target arrays in the form of e-type silhouette, soft skin vehicles and wooden defensive fighting positions at the request of using unit. 2. Replacement obstacles and inert UXO material for runway and route clearance. Contractor Minimum Facility Requirements: Minimum 1 x C-130 paved runway Minimum 1 x C-17 DLS Minimum 1 x DLS / FARP site Minimum 1 x MOUT site Minimum 1 x Rural Ranch MOUT Site (recce observation) Minimum 1 x STOL DLS Minimum 1 x Road LZ Minimum 1 x Live Fire Assault Lane, capable of dry CAS / CFF support. Minimum 1 x warehouse with demo walls Minimum 30-50 miles of GAF routes through improved and unimproved terrain. Area shall be capable of supporting multiple DZ / HLZ rapid request and use. Training area shall be capable of supporting MFF operations up to 24,999 MSL. Contractor’s facility shall not have any day/night/weekend noise restrictions due to the type of training to be conducted. Contractor’s facility will possess billeting structures large enough to house a minimum of 25 white cell in ranch/farmhouse/open-bay style buildings and will have a minimum of 1 semi-private room available for up to 4 SNCOIC/OIC/VIP personnel. Billeting will have adequate shower, restroom, and laundry facilities. Billeting units will be able to provide internet access. Billeting units shall possess a team room large enough for gear storage and with enough tables and chairs to accommodate 25 white cell. Billeting will possess a dining facility / structure large enough to serve a minimum of 25 personnel as requested. Contractor Minimum Venue CERTEX Requirements: Venue shall provide all ranges, landing zones, SMUT / MOUT site locations and targets. CERTEX objectives shall include at a minimum: Mission Tasking, Mission Planning using MDMP, COA Development/Analysis Assault Zone Survey & Assessment Isolated Personnel / Sensitive EQ Recovery Direct Action Raid Long Range Reconnaissance Patrol STT Level Live Fire (Day & Night) React to Contact React to Contact, Evac Wounded, Employ Fires in TIC Demolitions, Obstacle Clearance, CIED / UXO, Destruction Demonstrate effective mission planning at STT and Flight Level Quantity: One (1), Thirteen (13) day Exercise Training Support Unit of Issue: 1 LOT How to Obtain Solicitation: Provide capability statement proving how the contractor meets the specifications/qualifications VIA EMAIL to Jaime Collins, jaime.collins.2@us.af.mil AND Capt John Miner, john.miner.3@us.af.mil by the presolicitation notice response date. Sufficient documentation must be provided to demonstrate how the contractor can meet the above requirements. The technical team will determine if the contractor has provided enough information to be capable of fulfilling the requirement in order to receive the solicitation and PWS. The contractor will be required to sign an NDA.