Air Force Technical Training Delivery (AFSAT)

Jul 16, 2020 | Sources Sought

Solicitation Number: 0000AFSAT
Department/Ind. Agency: DEPT OF DEFENSE
Sub-Tier: DEPT OF THE AIR FORCE
Major Command: AETC
Office: FA3002 338 SCONS CC
Location: CP 210 652 6903, RANDOLPH AFB, TX 78150-4300
Notice Type: Sources Sought
Posted Date: 7/14/2020
Response Date: 8/14/2020 2:00 PM
Archive Date: 8/15/2020
Set Aside:
Classification Code:
Last Change: 7/15/2020 3:21 AM

Title:  Air Force Technical Training Delivery (AFSAT)

Sources Sought-Request for Information

Description:

The Department of the Air Force, Air Education and Training Command (AETC), Air Force Security Assistance Training Squadron (AFSAT), is conducting market research to determine if capable sources are available to perform non-personal training services for multiple nations in support of its technical (non-aircrew) training requirements.  This training will mirror the technical training normally provided by the USAF on Air Force installations to International Military Students (IMS). The Technical Training support service sought includes program management, potentially some courseware development, instruction, transportation, housing, and associated elements in support of the USAF 3-7 level equivalent (apprentice – journeyman),  and junior officer (non-flying) training in the CONUS to meet the needs of multiple nations.  All training will be conducted in English.

The USAF, due to near term capacity issues, may no longer accommodate all students requiring this training and is the underlying reason for this request.  This Sources Sought Notice/Request for Information (RFI) is issued and intended for market research and planning purposes only and is open to companies large and small.  The information obtained in response to this RFI will be used to help locate and identify qualified, experienced, and interested potential sources in addition to commercial practices in the support service sought.  This is not a Request for Proposal (RFP).  It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.  Any information provided to the Government is strictly voluntary and to be provided at no cost to the Government. For purposes of this RFI, the primary North American Industry Classification System (NAICS) Code is 611512 with size standard $30M will apply, although an alternate NAICS 611519/$16.5M may be considered.

Additional information or updates will be posted on the Governmentwide Point of Entry (GPE) https://beta.sam.gov/ website.  It is the responsibility of interested parties to check this website regularly for any changes or updates.  Interested parties capable of providing the training support service sought are instructed to add their information to the interested list, add this notice to their following list, and submit a capability statement in response to this RFI: AFSAT Technical Training Sources Sought Notice.

In general, the contractor will be required to: combine formal classroom instruction and necessary performance (hand on) exercises to provide proficiency.  Portions of the academic training may be delivered “on line” to achieve efficiency or economy.  Training aids, mock ups, tools and the training facility (within the 48 contiguous states of continental US (CONUS)) will be provided by the provider/contractor.  Training providers will also be asked to provide or arrange student lodging and local transportation.  Currently more than 600 international students are trained yearly in technical skill courses and future requirements can be expected at similar levels.  In most cases, the appropriate training syllabus will be furnished to the contractor.  Courses will be drawn from the USAF career fields/skill sets in the broad area of Aircraft Maintenance as well as other technical training skill sets such as Intelligence, Air Traffic Control, Cyberwarfare defense, and Logistics Readiness, among others.  No certification services are required.

1.  The service provider will be required to provide or arrange housing for the students during CONUS training.  Housing shall include two days prior to class start and one day after class ends.  Officers shall be quartered separately in single rooms. Two enlisted personnel (same gender) usually share one room.  Cooking facilities are desirable.  Housing shall not be provided for accompanying dependents unless specifically authorized, in writing, by the responsible Contracting Officer Representative.  The contractor shall also provide transportation to and from the airport and daily transportation between the training facility and the student’s quarters.  If other transportation is required by the contractor to conduct training (i.e. requirement to attend training in restricted areas where privately owned vehicles are not permitted) shall be the responsibility of the contractor.

2.  The service provider will maintain documentation per DCMA Instruction 8210.1C, paragraphs 4.8.5. and 4.8.7. for all applicable instructors and will provide to the USG documentation requested at any time during the performance of the support service.

3.  Service provider instructors: Instructors must be fully qualified in the field of instruction with two years of experience instructing academics in either the military or as a civilian.

Interested parties capable of providing the training support service sought should submit a capability statement to include specific technical background information describing their organization’s experience and expertise in Foreign Military Sales (FMS) training support services requiring similar program management/courseware development/training/logistical efforts.  At a minimum the following information is requested:

(1)  Organization name, address, point of contact, telephone number, e-mail address, Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number;

(2)  Approximate annual gross revenue;

(3)  Business size (large business, small business).  Note:  The Government reserves the right to determine whether or not a small business set-aside would be appropriate based on responses to this notice.

(4)  If you indicated your business size as “small business”,  if applicable, specify small business socioeconomic program status – [Small Disadvantaged Business (SDB), 8(a)-certified small disadvantaged business, historically underutilized business zone (HUBZone) small business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), woman-owned small business (WOSB)];

(5) Describe the service provider role your organization will play in the performance of the support service sought (Prime Contractor, Subcontractor, Other: please explain);

(6)  If you indicated your organization’s role as “Prime Contractor” please provide information demonstrating the capability to mobilize and manage internationally, and finance the support service sought;

(7)  If you indicated your organization’s role as “Prime Contractor”, specify the functions for which you plan to use subcontractors to include estimated small business subcontracting goals and rationale;

(8) If you indicated your organization’s role as “Subcontractor”, please indicate which functional areas you intend to cover;

(9)  Specify whether your organization primarily conducts business in the commercial or Government sector;

(10)  Provide information on any commercial or Government sector support services your organization has performed that are similar to the support service sought;

(11)  Identify which NAICS code(s) your organization usually performs under and/or what other NAICS code(s) you feel this notice may fall under;

(12)  Describe your organization’s expertise/experience in maintaining documentation per DCMA Instruction 8210.1C for applicable instructors and how it is provided to the USG;

(13)  Describe your organization’s capability to provide expertise in technical training production and delivery as well as experience with international partners (FMS);

(14)  Provide a plan to utilize USAF courseware to provide training.  Note:  Benchmark timelines are significantly important to the program;

(15)  Describe your organization’s capability to provide technical training that replicates USAF Technical Training characteristics and capabilities using your organization’s training devices.

(16)  Provide a plan to recruit, hire and provide fully qualified instructors with two years of instructing experience;

(17) What is the minimum period of performance your company recommends?

(18) What contract type does your company recommend and what is the rationale?

(19) Describe your company’s ability to house and transport students;

(20) Describe whether or not your company has any existing contracts we can use for this effort;

Please limit the capability statement to no more than 20 single-sided, type-written pages using font size 12.

Any questions regarding this posting must be submitted via email no later than 1300 CST on 20 July 2020 in order to allow answers to questions to be publicly posted before the response date.  Questions containing proprietary information must be identified to prevent release to the public via posting on the www.beta.sam.gov website.  Please do not call the contracting office for information; email questions to avoid any misunderstanding or confusion and help eliminate duplicate questions.

The primary point of contact for this RFI is Mr. Robert Sheridan.  Contact with other Government personnel regarding this RFI is not permitted.  If your organization is capable of providing the training support service described above, please submit a Capability Statement electronically to Mr. Robert Sheridan via email: [email protected]  (Courtesy copy Ms. Lori Robarge via email: [email protected]) no later than 1300 CST on 14 Aug 2020 .

Contracting Office Address:

338 ESS/PKB

2021 First St. West

Randolph AFB TX 78150-4302

Point of Contact (s} Mr. Robert Sheridan/Ms. Lori Robarge

Primary Point of Contact: Mr. Robert Sheridan

Contracting Office Address: 2021 First Street West

Randolph AFB, Texas 78150-4302

Allow Vendors To Add/Remove From Interested Vendors: Yes

Allow Vendors To View Interested Vendors List: Yes

Recovery and Reinvestment Act Action: No

Title:  Air Force Technical Training Delivery (AFSAT)

Sources Sought-Request for Information

Description:

The Department of the Air Force, Air Education and Training Command (AETC), Air Force Security Assistance Training Squadron (AFSAT), is conducting market research to determine if capable sources are available to perform non-personal training services for multiple nations in support of its technical (non-aircrew) training requirements.  This training will mirror the technical training normally provided by the USAF on Air Force installations to International Military Students (IMS). The Technical Training support service sought includes program management, potentially some courseware development, instruction, transportation, housing, and associated elements in support of the USAF 3-7 level equivalent (apprentice – journeyman),  and junior officer (non-flying) training in the CONUS to meet the needs of multiple nations.  All training will be conducted in English.

The USAF, due to near term capacity issues, may no longer accommodate all students requiring this training and is the underlying reason for this request.  This Sources Sought Notice/Request for Information (RFI) is issued and intended for market research and planning purposes only and is open to companies large and small.  The information obtained in response to this RFI will be used to help locate and identify qualified, experienced, and interested potential sources in addition to commercial practices in the support service sought.  This is not a Request for Proposal (RFP).  It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.  Any information provided to the Government is strictly voluntary and to be provided at no cost to the Government. For purposes of this RFI, the primary North American Industry Classification System (NAICS) Code is 611512 with size standard $30M will apply, although an alternate NAICS 611519/$16.5M may be considered.

Additional information or updates will be posted on the Governmentwide Point of Entry (GPE) https://beta.sam.gov/ website.  It is the responsibility of interested parties to check this website regularly for any changes or updates.  Interested parties capable of providing the training support service sought are instructed to add their information to the interested list, add this notice to their following list, and submit a capability statement in response to this RFI: AFSAT Technical Training Sources Sought Notice.

In general, the contractor will be required to: combine formal classroom instruction and necessary performance (hand on) exercises to provide proficiency.  Portions of the academic training may be delivered “on line” to achieve efficiency or economy.  Training aids, mock ups, tools and the training facility (within the 48 contiguous states of continental US (CONUS)) will be provided by the provider/contractor.  Training providers will also be asked to provide or arrange student lodging and local transportation.  Currently more than 600 international students are trained yearly in technical skill courses and future requirements can be expected at similar levels.  In most cases, the appropriate training syllabus will be furnished to the contractor.  Courses will be drawn from the USAF career fields/skill sets in the broad area of Aircraft Maintenance as well as other technical training skill sets such as Intelligence, Air Traffic Control, Cyberwarfare defense, and Logistics Readiness, among others.  No certification services are required.

1.  The service provider will be required to provide or arrange housing for the students during CONUS training.  Housing shall include two days prior to class start and one day after class ends.  Officers shall be quartered separately in single rooms. Two enlisted personnel (same gender) usually share one room.  Cooking facilities are desirable.  Housing shall not be provided for accompanying dependents unless specifically authorized, in writing, by the responsible Contracting Officer Representative.  The contractor shall also provide transportation to and from the airport and daily transportation between the training facility and the student’s quarters.  If other transportation is required by the contractor to conduct training (i.e. requirement to attend training in restricted areas where privately owned vehicles are not permitted) shall be the responsibility of the contractor.

2.  The service provider will maintain documentation per DCMA Instruction 8210.1C, paragraphs 4.8.5. and 4.8.7. for all applicable instructors and will provide to the USG documentation requested at any time during the performance of the support service.

3.  Service provider instructors: Instructors must be fully qualified in the field of instruction with two years of experience instructing academics in either the military or as a civilian.

Interested parties capable of providing the training support service sought should submit a capability statement to include specific technical background information describing their organization’s experience and expertise in Foreign Military Sales (FMS) training support services requiring similar program management/courseware development/training/logistical efforts.  At a minimum the following information is requested:

(1)  Organization name, address, point of contact, telephone number, e-mail address, Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number;

(2)  Approximate annual gross revenue;

(3)  Business size (large business, small business).  Note:  The Government reserves the right to determine whether or not a small business set-aside would be appropriate based on responses to this notice.

(4)  If you indicated your business size as “small business”,  if applicable, specify small business socioeconomic program status – [Small Disadvantaged Business (SDB), 8(a)-certified small disadvantaged business, historically underutilized business zone (HUBZone) small business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), woman-owned small business (WOSB)];

(5) Describe the service provider role your organization will play in the performance of the support service sought (Prime Contractor, Subcontractor, Other: please explain);

(6)  If you indicated your organization’s role as “Prime Contractor” please provide information demonstrating the capability to mobilize and manage internationally, and finance the support service sought;

(7)  If you indicated your organization’s role as “Prime Contractor”, specify the functions for which you plan to use subcontractors to include estimated small business subcontracting goals and rationale;

(8) If you indicated your organization’s role as “Subcontractor”, please indicate which functional areas you intend to cover;

(9)  Specify whether your organization primarily conducts business in the commercial or Government sector;

(10)  Provide information on any commercial or Government sector support services your organization has performed that are similar to the support service sought;

(11)  Identify which NAICS code(s) your organization usually performs under and/or what other NAICS code(s) you feel this notice may fall under;

(12)  Describe your organization’s expertise/experience in maintaining documentation per DCMA Instruction 8210.1C for applicable instructors and how it is provided to the USG;

(13)  Describe your organization’s capability to provide expertise in technical training production and delivery as well as experience with international partners (FMS);

(14)  Provide a plan to utilize USAF courseware to provide training.  Note:  Benchmark timelines are significantly important to the program;

(15)  Describe your organization’s capability to provide technical training that replicates USAF Technical Training characteristics and capabilities using your organization’s training devices.

(16)  Provide a plan to recruit, hire and provide fully qualified instructors with two years of instructing experience;

(17) What is the minimum period of performance your company recommends?

(18) What contract type does your company recommend and what is the rationale?

(19) Describe your company’s ability to house and transport students;

(20) Describe whether or not your company has any existing contracts we can use for this effort;

Please limit the capability statement to no more than 20 single-sided, type-written pages using font size 12.

Any questions regarding this posting must be submitted via email no later than 1300 CST on 20 July 2020 in order to allow answers to questions to be publicly posted before the response date.  Questions containing proprietary information must be identified to prevent release to the public via posting on the www.beta.sam.gov website.  Please do not call the contracting office for information; email questions to avoid any misunderstanding or confusion and help eliminate duplicate questions.

The primary point of contact for this RFI is Mr. Robert Sheridan.  Contact with other Government personnel regarding this RFI is not permitted.  If your organization is capable of providing the training support service described above, please submit a Capability Statement electronically to Mr. Robert Sheridan via email: [email protected]  (Courtesy copy Ms. Lori Robarge via email: [email protected]) no later than 1300 CST on 14 Aug 2020 .

Contracting Office Address:

338 ESS/PKB

2021 First St. West

Randolph AFB TX 78150-4302

Point of Contact (s} Mr. Robert Sheridan/Ms. Lori Robarge

Primary Point of Contact: Mr. Robert Sheridan

Contracting Office Address: 2021 First Street West

Randolph AFB, Texas 78150-4302

Allow Vendors To Add/Remove From Interested Vendors: Yes

Allow Vendors To View Interested Vendors List: Yes

Recovery and Reinvestment Act Action: No


Contracting Office Address

CP 210 652 6903, RANDOLPH AFB, TX 78150-4300

Contact Information

ROBERT SHERIDAN
Phone: 210-652-5188
[email protected]

Lori Robarge
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.