The RFP Database
New business relationships start here

Mobility Air Forces (MAF) Flight Manager (FM) Training Support Services


Illinois, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT ANNOUNCEMENT

The Defense Information Systems Agency (DISA) / Defense Information Technology Contracting Organization (DITCO) is seeking sources for Mobility Air Forces (MAF) Flight Manager (FM) Training Support Services for Air Operations Center (AOC) Tanker Airlift Control Center (TACC).



CONTRACTING OFFICE ADDRESS: DISA/DITCO/PL8312
2300 East Drive
Scott Air Force Base, Illinois 62225



INTRODUCTION:


This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses ((SDVOSB) and Woman Owned Small Business) to provide the required products and/or services.


The 618 AOC is seeking information for potential sources for experience and expertise to provide MAF FM Training Support capabilities. The specific area of focus are the specific requirements for an all-encompassing, comprehensive and integrated MAF FM training program that produces combat mission ready FMs who plan and flight follow global airlift missions. The objective is to develop, maintain and deliver an up-to-date, comprehensive training program to meet mission qualification and all sustainment training requirements for MAF FMs. FM training will track, schedule and document all FM training. FM training will ensure all assigned FMs are current and qualified. FM training will track, schedule and assist with re-qualifying non-current/unqualified FMs. FM training will update all courseware/ presentations in accordance with (IAW) all Air Force/Major Command (MAJCOM) Instructions and directives. FM training will be timely and responsive to FMs in support of Mobility Air Forces global operations and their 24 hour a day, 7 days a week schedule. FM training will provide up-to-date training to all 3 shifts on as required basis - when required for additional just-in-time training i.e. new Mission Design Series (MDS) C21, KC46.


DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


CONTRACT/PROGRAM BACKGROUND:


Contract Number: HC1028-12-F-0268.
Contract Type: Firm Fixed Price (FFP).
Incumbent and their size: Unisys Corporation/Large Business.
Method of previous acquisition: Full and open competition


Flight Manager (FM) training produces combat mission ready FMs who plan and flight follow global airlift missions. The objective is to develop, maintain and deliver an up-to-date, comprehensive training program to meet mission qualification and all sustainment training requirements for MAF FMs. FM training will track, schedule and document all FM training. FM training will ensure all assigned FMs are current and qualified. FM training will track, schedule and assist with re-qualifying non-current/unqualified FMs. FM training will update all courseware/presentations in accordance with (IAW) all Air Force/Major Command (MAJCOM) Instructions and directives. FM training will be timely and responsive to FMs in support of Mobility Air Forces global operations and their 24 hour a day, 7 days a week schedule. FM training will provide up-to-date training to all 3 shifts on an as required basis - when required for additional just-in-time training, i.e., new Mission Design Series (MDS) C21, C27J.


The anticipated period of performance consists of a base period and four one-year option periods.


The primary place of performance for the MAF FM training services will be in Government facilities at Scott Air Force Base, Illinois.


REQUIRED CAPABILITIES:


All required tasks are defined in the Air Force Instruction-AFI11-255 Volume 1: Flight Manager Training, Volume 2: Flight Manager Standardization/Evaluation Program and Volume 3: Flight Manager Responsibilities and Procedures.


In order to be considered as a potential source, the contractor must possess and demonstrate specific skills and in-depth expertise and experience to include the following specific performance requirements:


• In-depth FM knowledge, experience, expertise and understanding of all current FM applications, tools, procedures and processes.
• Instructor FM experience is required for all designated FM instructors.
• Aviation experience and/or Federal Aviation Administration Aircraft Dispatcher Certificate.
• Air Operations Center Command and Control (AOC C2) experience.
• Military instructor aircrew experience with familiarity of military airlift and aerial refueling operations.
• Knowledge of planning, organizing, directing, operating and evaluating Air Force training programs.
• Knowledge/understanding/use of ISD methodology required for all training development, administration and maintenance.
• Skills in effective communication, both verbal and written.
• Ability to effectively instruct complex/technical material.
• Ability to develop, update and maintain courseware to meet changing requirements.
• Knowledge and experience maintaining and managing computer, network, information technology, connectivity and integration.
• Information Technology (IT) individuals must have first-hand knowledge of Air Force network Operations, GDSS network, all FM applications and be CompTIA A+ certified in order to be authorized administrator access to the network.
• IT individuals must be knowledgeable in creating and maintaining user accounts/profiles.
• Ability to analyze data and identify trends or needed corrections and provide effective solutions to problems.


SPECIAL REQUIREMENTS:


Must have Secret clearance (minimum).


Provide a copy of your General Services Administration (GSA) IT-70 Schedule, if applicable to this requirement.



SOURCES SOUGHT:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 611512, with the corresponding size standard of $27.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code.
To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.


In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).


SUBMISSION DETAILS:


Responses should include:
1) Business name and address;
2) Name of company representative and their business title;
3) Type of Small Business;
4) Cage Code;
5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)


Vendors who wish to respond to this should send responses via email NLT October 31, 2016 at 4:00 PM Eastern Daylight Time (EDT) to ellistene.d.curry.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description.


Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.
All government and contractor personal reviewing SSA responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


 


Ellistene D Curry, Contract Specialist, Phone 618-229-9120, Fax 618-229-9440, Email ellistene.d.curry.civ@mail.mil - Karen Kinzel, Contracting Officer, Phone 6182299243, Fax 618-229-9440, Email karen.m.kinzel2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP