Trainer Developer III (TDIII)

expired opportunity(Expired)
From: Federal Government(Federal)
47QFWA24K0023

Basic Details

started - 12 Apr, 2024 (20 days ago)

Start Date

12 Apr, 2024 (20 days ago)
due - 29 Apr, 2024 (4 days ago)

Due Date

29 Apr, 2024 (4 days ago)
Bid Notification

Type

Bid Notification
47QFWA24K0023

Identifier

47QFWA24K0023
GENERAL SERVICES ADMINISTRATION

Customer / Agency

GENERAL SERVICES ADMINISTRATION (20174)FEDERAL ACQUISITION SERVICE (3956)GSA FAS AAS REGION 4 (190)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Trainer Developer III (TDIII)Description: NOTICE FOR SOURCES SOUGHT.This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations and this notice shall not be considered as a commitment by the Government to issue a solicitation nor does it restrict the Government to a particular acquisition approach. The purpose of this notice is to obtain information regarding the availability and capability of qualified business sources. This notice is strictly for market research and information purposes only. Your responses will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The Government will NOT be responsible for any costs incurred in responding to this notice or furnishing the requested information or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any Contractor's input resulting from this notice. No contract will be
awarded from this announcement. Purpose: The General Services Administration (GSA), Federal Acquisition Services – APEX 2, Sector 3 intends to gather information from interested firms to establish a single award Indefinite Delivery Indefinite Quantity Contract with a $100M ceiling. This notice is intended to compile a list of those companies (both large and small) interested in providing a response to the formal Request for Proposal (RFP). Please see attached draft Performance Work Statement for requirement details. Additionally, the Government is conducting market research to determine the feasibility of setting this potential requirement aside for Small Business participation only.GSA is also encouraging early exchanges of information about future acquisitions. Your input is valuable in helping to develop requirements that improve our customer's needs, reduces requirement costs, and simplifies the contractor's ability to successfully complete the requirement. We are seeking industry input regarding the attached DRAFT Performance Work Statement (PWS) from interested firms already performing the same or similar requirements or who are interested in working these types of requirements in the future. Respondents are encouraged to be as specific as possible in addressing the notice and in providing suggestions. Feedback of a general or non-specific nature is less useful and will have limited utility in refining the acquisition strategy and affecting the content of the RFP.Background: The 502 Trainer Development Squadron (TDS) is part of the 502d Air Base Wing (502 ABW) which is headquartered at JBSA Fort Sam Houston in San Antonio, Texas. The 502 TDS’ mission is to deliver and maintain information technology (IT) based simulation and training systems for its customers. Functioning as a Government Owned Government Operated (GOGO) organization under the direction of Headquarters Air Education and Training Command (AETC), the 502 TDS responds to internal and external Department of Defense (DoD) customers to meet their requirements in support of Technical/Operational Qualification and Continuation Training.This requirement (TD3) is a single award IDIQ contract, which will include labor rates for use in Firm-Fixed-Price (FFP) and Time and Material (T&M) orders. Orders will be issued by GSA APEX 2 Contracting Officers (CO) on a FFP or T&M or hybrid basis as applicable and may be for commercial and/or non-commercial services. Projects issued under this contract on individual orders may be severable or non-severable depending on the specific order scope of work/requirement. Additionally, orders may include option periods that may extend beyond the period of performance of the base contract for a maximum period of five (5) years. The proposed NAICS to be used is 541512-Computer Systems Design Services. The size standard associated with NAICS 541512 is $34M.Contractor performance includes but is not limited to the following tasks:The Contractor shall research, analyze, design, develop, fabricate, integrate, test, deliver, and install simulators, simulator systems and associated components. The contractor shall complete all necessary non-recurring engineering (NRE) and logistics data development activities to make the developed material compatible with the Government’s requirements as outlined in the contract. The Contractor shall first determine the availability of commercial off the shelf (COTS) solutions prior to proposing any new developmental effort. The contractor shall conduct movement and modification of aircraft in order to design, develop and fabricate mock-up simulators. While most orders are anticipated to have IT-based efforts within, including aircraft moves, some orders may only involve only aircraft moves. Aircraft moved in the past include a H60, KC135, C-17 and C-130 amongst others. The Contractor shall provide the necessary plant administrative, financial, quality assurance, analyst, specialist, technical, and managerial personnel, as well as the resources necessary for support of this requirement.The Contractor shall be responsible for managing projects in coordination with the 502 TDS. The Contractor shall provide program office personnel which includes, but is not limited to, logisticians, analysts, specialists, and subject matter experts (SMEs) as needed for support of task orders.The Contractor will be required to provide materials/hardware for this effort to complete the systems integration projects that will be outlined on subsequent task orders.The Government reserves the right to publish any information provided by a respondent to this notice if publishing such information is done without attribution (i.e., does not identify the party submitting the response materials), and would not reveal company trade secrets or other similar protected or proprietary information. Responses to this notice that indicate information is proprietary, or represents confidential business information, will be received and held in confidence in accordance with the appropriate Federal Acquisition Regulation guidelines and procedures. All proprietary information should be clearly identified as PROPRIETARY INFORMATION. Information provided by respondents will not be returned.The Government does not intend to respond unilaterally to respondents unless clarification of information submitted is required. All contact will be through the Contracting Officer.Instruction: The Government encourages interested firms to submit a Capability Statement. At a minimum, the Capability Statement should include:1) the interested contractor’s name, address, and phone number, Unique Entity ID (UEI), and Cage Code;2) Provide detailed narrative that demonstrates like and/or very similar scope of work contained in the attached draft Performance Work Statement, that has taken place in the past 5 years from the date of release of this sources sought;3) Provide the contract number, period of performance, dollar value, and contract description/scope explanation. Also indicate whether examples cited were performed as the prime or subcontractor (or teaming partner).4) Any small business designation status claimed.This capability statement shall be no more than five (5) pages, single spaced in 11 pt. Times New Roman font. Failure to provide the information as requested by the due date will result in the Government’s continuance of the acquisition planning phase, without considering the capabilities of the contractors who do not respond timely.Note: The Government reserves the right to not make an award. The Government will not pay for any cost incurred in responding to this announcement. Any information submitted by respondents to this Sources Sought notice shall be voluntary.

San Antonio ,
 TX   USALocation

Place Of Performance : N/A

Country : United StatesState : TexasCity : San Antonio

Office Address : 401 WEST PEACHTREE STREET, SW ATLANTA , GA 30308 USA

Country : United StatesState : GeorgiaCity : Atlanta

You may also like

TELEHEALTH CLINICAL TRAINING, IMPLEMENTATION, AND DEPLOYMENT SUPPORT (TCTID) III

Due: 24 Sep, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 541512Computer Systems Design Services