Special Warfare Training Group Military Free Fall Support

Agency:
State: Texas
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159070028723756
Posted Date: Mar 4, 2024
Due Date: Mar 8, 2024
Source: Members Only
Follow
Special Warfare Training Group Military Free Fall Support
Active
Contract Opportunity
Notice ID
FA3002338PKAD-3
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR EDUCATION AND TRAINING COMMAND
Office
FA3002 338 ESS CC
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 04, 2024 10:49 am CST
  • Original Response Date: Mar 08, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W015 - LEASE OR RENTAL OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 532411 - Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
  • Place of Performance:
    San Antonio , TX
    USA
Description

NOTICE OF THE GOVERNMENT’S INTENT TO ISSUE A SOLE SOURCE CONTRACT-- THIS IS NOT A REQUEST FOR QUOTE





Project Title: Special Warfare Training Group (SWTG) Military Free-Fall Support





The Air Force Installation Contracting Center (AFICC) – 338th Enterprise Sourcing Squadron (ESS), JBSA-Randolph, Texas 78150, intends to award a firm-fixed price contract on a sole source basis to Capital Air Park Inc. (Cage Code: 85YY8), as implemented by FAR 13.106-1(b)(1). North American Industry Classification System Code (NAICS) 532411 (Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing) with a size standard of $45.5M is determined to be the most appropriate for this acquisition. The anticipated contract Period of Performance will consist of a base year plus four option periods. Contract performance will take place at the contractor’s facility.





The anticipated sole source award to Capital Air Park Inc. (Cage Code: 85YY8) will provide the SWTG with maintaining currency and proficiency in parachute operations for Air Force Special Warfare Operators. With limited military aircraft and time constraints, certified civilian aircraft provide the availability and capability to meet the multiple jump requirement and scheduling necessities. In addition to aircraft usage, civilian parachuting operations also provide facilities and other parachuting related services required to conduct military parachuting operations such as packing locations and rigger support. Market research indicates that Capital Air Park Inc. is the only vendor that is within an 80-mile radius of the SWTG headquarters and on the Paratroop Commercial Operator Listing.





This notice of intent is NOT a request for competitive proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government.





Responses to this notice must demonstrate clear and convincing evidence that competition would be advantageous to the Government, would not be cost or time prohibitive, and shall also include the following:



a. Description that the interested party can provide and/or possesses the rights to the training curriculum and data to successfully provide the required training support IAW the attached draft Statement of Work (SOW).



b. Description of what services the interested party would perform and what services would need to be subcontracted.



c. Business size of interested party: Business type (i.e. Large Business, Small Business, Small Disadvantaged Business (SDB), 8(a) certified Small Business, HUBZone, Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB) based upon North American Industry Classification System (NAICS) code 532411 with a size standard of $45.5M.





To be considered by the Government, interested parties must deliver their intent and capabilities to satisfy the Government’s requirement via email to the Point of Contacts identified below no later than 12:00 PM, Central Daylight Time (CDT) on 08 March 2024. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry (SAM.gov). It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.





Responses to this notice and/or questions shall be submitted to Kevin Harris, Contracting Specialist at kevin.harris.58@us.af.mil.





Attachments:



1. DRAFT SOW_SWTG Military Free Fall 6 Feb 24


Attachments/Links
Contact Information
Contracting Office Address
  • CP 210-652-6903 2021 FIRST STREET WEST BLDG 853
  • JBSA RANDOLPH , TX 78150-4300
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 04, 2024 10:49 am CSTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >