Federal Contract Opportunity

Last Updated on 10 Oct 2024 at 2 PM
Sources Sought
Hampton Virginia

EA-37B / EC-130H / A-10C Contract Aircrew Training and Courseware Development

Details

Solicitation ID FA489024RSD01
Posted Date 10 Oct 2024 at 2 PM
Response Date 01 Dec 2025 at 5 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4890 Hq Acc Amic
Agency Department Of Defense
Location Hampton Virginia United states 23666

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Prc-desoto International Incorporated

Glendale Irvine Burbank Mckinney

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now

THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY.  This announcement closes Thursday, 21 Jun 2024, 2:00 p.m. EST. 

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 EA-37B/EC-130H/A-10C Contract Aircrew Training and Courseware Development recompete.  The government is seeking industry input from all sources (small and large businesses) at this time.  Small Business concerns are highly encouraged to respond 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 $34M.  Interested parties must be registered under NAICS 611512 in SAM (System for Award Management) at www.sam.govThe government plans to consider all information submitted in response to this notice.         

NOTE:  Foreign participation is not permitted.   

The predecessor contract was awarded under a 100% small business set aside for Service Disabled Veteran-Owned Small Business (SDVOSB).  The government is seeking industry input to determine if there are adequate small business concerns capable of performing this requirement.  A determination regarding set aside status for this effort has not been made.

For this requirement, the contractor shall furnish all personnel, equipment, tools, materials, supervision and all other items and services that are required to perform 355th Wing (WG) A-10C and 55th WG EA-37B/EC-130H Compass Call Contract Aircrew Training and Courseware Development (CAT/CWD) at Davis-Monthan AFB, Arizona, and 23rd 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 PWS. If the government requires a change in place of performance, a modification to this PWS 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 two Optional CLINs for the EA-37B.  NOTE:  This acquisition requires a Top Secret Facility Clearance.  Offerors must possess an active Top Secret Facility Clearance at time of award.

Performance will consist of a 2 month phase in period, one base period, and four one-year option periods.  Estimated date for award is May 2025.  The phase in period will be 1 June 25 – 31 Jul 25 with actual contract performance to start 1 Aug 2025.  The RFP release date is estimated to be in the September 2025 timeframe.  Note:  This is an estimated posting timeframe, and it is the responsibility of interested parties to monitor the System for Award Management website at www.SAM.gov for all subsequent postings.  A Draft Performance Work Statement (PWS) and Draft DD254 are posted in conjunction with this notice to provide the size, scope, and complexity of the requirement.

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 or costs incurred.  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 performance of this requirement (reference Draft PWS and Draft DD254) and addressing the attached questions. 

The internet and email shall be used as the means of disseminating and exchanging all information.  Hard copies of documents posted on SAM.gov will not be made available.  The government will provide an email confirmation acknowledging receipt of information submitted.  When submitting the package, insert the following in the email subject line:  “EA-37B/EC-130H/A-10C – Sources Sought, and [Company Name]”.  Please submit the information to this office by NLT the closing date and time of 21 Jun 2024, 2:00 p.m. EST to the following POCs:

Susan Dunnigan at [email protected]

James McAnelly at [email protected]

Celina Campbell at [email protected]  

 

ATTACHMENTS (3)

ATCH 1 – Questions for Industry

ATCH 2 – Draft EA-37B, EC-130H, A-10C CAT CWD PWS Version 0. Updated 23 May 2024

ATCH 3 – Draft DD254

Similar Opportunities

Aberdeen proving ground Maryland 03 Jul 2025 at 2 PM
Eglin air force base Florida 14 Jul 2025 at 3 PM
Reston Virginia 25 Jul 2025 at 6 PM
Quantico Virginia 11 Jul 2025 at 2 PM
Quantico Virginia 11 Jul 2025 at 2 PM