Combat Mobility Training Service
ID: FA568225Q8003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5682 31 CONS DA LGCAPO, AE, 09604-6102, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Combat Mobility Training Services at Aviano Air Base, Italy, under a Firm Fixed Price Purchase Order. The training aims to enhance the operational readiness of the 57th Rescue Squadron by delivering a comprehensive syllabus that includes both practical and theoretical components over a period of 9 to 12 workdays. This procurement is critical for ensuring that personnel are equipped with the necessary skills for Large-Scale Combat Operations, emphasizing the importance of specialized training in military contexts. Interested vendors must submit their quotes electronically by 3:00 PM CET on January 8, 2025, and may direct inquiries to Jessica De Benedet or Adam Bernas via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines various clauses and provisions incorporated by reference in federal contracts, particularly focusing on operational guidelines and legal compliance requirements for contractors. Key clauses include the roles and responsibilities of contracting officers, guidelines for safeguarding sensitive information and cybersecurity, and adherence to whistleblower rights. Additionally, it mandates compliance with training on antiterrorism for contractors and imposes restrictions related to business operations with entities like the Maduro regime. Provisions also include necessary representations about business status, such as small business definitions, and certifications to ensure proper federal acquisition procedures. The text also covers tax exemptions for government contracts in Italy, payment instructions via the Wide Area Workflow (WAWF) system, and requirements for public disclosure related to greenhouse gas emissions. Ultimately, the purpose of the document is to ensure that contractors are adequately informed of, and compliant with, federal regulations and expectations to uphold transparency, security, and legal frameworks in RFPs and federal grants. This structured guidance supports accountability in government contracting and promotes equity for diverse businesses seeking contract opportunities.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to deliver combat mobility training for 19 Air Force personnel. This training aims to enhance operator skills in combat mobility, addressing gaps in knowledge and experience identified by squadron leadership in preparation for Large-Scale Combat Operations. The contractor is expected to provide qualified instructors with U.S. Special Operations backgrounds, a comprehensive training syllabus, the necessary facilities, vehicles, opposition forces for realistic training scenarios, as well as a safety plan. Training will consist of eight hours of classroom instruction and 40 hours of practical training, covering topics such as organization and movement, planning for ground mobility operations, and vehicle recovery operations, culminating in a Full Mission Profile that integrates learned skills. The Government will supply personal gear and communications equipment. Performance measures include the completion of all instructional elements and issuance of certificates to participants. This RFP reflects the Air Force's commitment to improving ground mobility capabilities in complex operational environments.
    The Performance Work Statement for the 57th Rescue Squadron (57 RQS) outlines the requirements for a Contractor to deliver combat mobility training in support of U.S. Air Force operations. The training aims to enhance operational readiness in Large-Scale Combat Operations, providing the necessary knowledge and skills for 57 RQS personnel. Key components include a comprehensive syllabus, instructor support with U.S. Special Operations experience, and access to appropriate vehicles, training facilities, and opposition forces. The Contractor must facilitate nine workdays of training for nineteen personnel, focusing on objectives such as vehicle setup, maintenance, and practical application of tactics. The training includes 40 hours of hands-on practice, a full mission profile lasting 36-48 hours, and classroom instruction covering various topics from ground mobility operations to driving techniques. Critically, the Contractor is responsible for safety planning, documentation of training outcomes, and delivery of recommendations for continuing drills post-training. This Performance Work Statement reflects a structured approach to fulfilling operational gaps in the Air Force's capabilities and underscores the importance of specialized training in dynamic combat scenarios.
    This document outlines the proposal submission requirements for a Request for Quote (RFQ) under federal guidelines, specifying that terms from traditional RFPs have been tailored for clarity. Vendors must submit comprehensive quotes, including a Technical Submission detailing compliance with solicitation requirements. The submission consists of three parts: a Summary and Miscellaneous Data section; a Price Submission with structured line-item pricing; and a Technical Submission demonstrating understanding and capability concerning the Performance Work Statement (PWS). Quotes must be submitted electronically by 3:00 PM Central European Time on January 8, 2025. Offerors are instructed to include a wide range of documentation confirming compliance with solicitation terms, including previous contract experience and representations and certifications. The document emphasizes strict adherence to submission formatting and deadlines to facilitate efficient evaluation, clarifying that non-compliant quotes may be rejected without discussion. This RFQ process exemplifies the structured nature of government procurement, ensuring clarity and fairness in evaluating contractors for federal projects.
    The document outlines the evaluation criteria for awarding a federal contract under the guidelines of FAR 52.212-2, focusing on the solicitation of commercial products and services. It establishes that contracts will be awarded based on a "Best Value" approach, considering both price and non-price factors. Evaluators will assess proposals based on price, technical capability, and prior experience, with specific attention to the technical and management approaches proposed by contractors. Price evaluations, including Total Evaluated Price (TEP) calculations and potential price realism analyses, will be conducted to ensure fairness. The document emphasizes the importance of offering a fully compliant proposal, stating that non-responsive submissions may be excluded from consideration. The evaluation ratings for technical proposals are defined as "Acceptable" or "Unacceptable," determining eligibility for award based on technical acceptability. The government intends to conduct evaluations based on initial proposals without discussions, urging contractors to submit their best offers upfront. By detailing these evaluation factors and procedures, the document aims to provide clarity to potential offerors in the competitive contracting process.
    The document outlines the special clauses applicable to contract FA5682-25-Q-8003, emphasizing various requirements related to contractor insurance, personnel conduct, compliance with laws, and procedures for interactions with government installations and personnel. Key aspects include mandated insurance coverage, including workmen's compensation and general liability, as well as the government's right to monitor contractor personnel and the authority to remove individuals deemed unsuitable. The government reserves the right to perform contract functions internally during various emergencies. Furthermore, contractor personnel must adhere to accident reporting protocols and comply with local and federal laws. A critical provision addresses the non-displacement of qualified workers from predecessor contracts, necessitating employment offers to these individuals under specified conditions. Procedures for travel reimbursement, including required approvals and documentation for temporary duty travel, are detailed, alongside security agreements for classified operations. The clauses also highlight the prohibition against unauthorized work and conflicts of interest, ensuring that contractors do not compromise proprietary information or government security. In summary, the document establishes comprehensive guidelines to ensure compliance, accountability, and operational integrity for contractors engaged in federal projects, reflecting the government's priorities in executing public contracts.
    The procurement file outlines a training initiative aimed at providing essential skills for operators of the 57th Rescue Squadron (57 RQS) at Aviano Air Base, Italy, focusing on combat mobility. The document emphasizes the importance of security measures related to Special Access Programs (SAP), indicating that any public release of sensitive data requires prior coordination with specified military offices to ensure authorization. The training's objective is to enhance operational capabilities within a secure and controlled environment. Additionally, it mentions that contracts associated with visitor groups on Air Force installations will undergo security reviews pertaining to classified information. Overall, this procurement initiative underscores the need for specialized training within military contexts while adhering strictly to established security protocols.
    The document is a combined synopsis/solicitation by the Department of the Air Force for a Request for Quotation (RFQ) related to Combat Mobility Training. The solicitation, identified by the number FA568225Q8003, outlines the requirement for a single Firm Fixed Price (FFP) Purchase Order, intended to be fulfilled at Aviano Air Base, Italy. Vendors are invited to submit their quotes by January 8, 2025, with performance anticipated to start within seven days after receipt of order and completed within 9 to 12 workdays. Quoters must ensure that their submissions include detailed technical descriptions to assess compliance with specified requirements. The evaluation will prioritize price and technical capability, with a focus on best value to the government. The document specifies that all quotes must be submitted to designated email addresses, and includes information about vendor responsibility and the necessity of registration in the System for Award Management (SAM.gov). The Air Force reserves the right to reject any or all quotes or cancel the RFQ without obligation. Overall, the purpose of this solicitation is to procure essential combat mobility training services under established federal acquisition regulations, reinforcing transparency and competition among potential vendors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Master Mechanic Class
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for a 5-Day Master Mechanic Course along with associated tool kits, aimed at enhancing the operational capabilities of its personnel. The procurement requires the course to be conducted within 300 miles of Hurlburt Field, Florida, from March 10-14, 2025, and includes the provision of a 25-Piece Operator Tool Kit and a 54-Piece Master Tool Kit. This initiative supports small business participation, as it is set aside for total small business competition, and emphasizes compliance with federal regulations. Interested vendors must submit their written quotes by March 7, 2025, and can contact Shawn Fogle at shawn.fogle@us.af.mil or Ryan McCauley at ryan.mccauley.4@us.af.mil for further information.
    Mobile User Objective System (MUOS) Training Request for Information
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking information from vendors capable of providing a comprehensive training course on the Mobile User Objective System (MUOS) tailored for the Collins PRC-162 radio. The training program aims to cover essential topics such as MUOS waveform fundamentals, planning processes, operational procedures, and system configuration, equipping participants with the skills necessary for effective utilization of MUOS in various operational tasks. This initiative highlights the Air Force's commitment to enhancing communication capabilities through modern training solutions, with interested vendors required to submit detailed white papers outlining their training capabilities and proposed timelines by March 24, 2025. For further inquiries, vendors may contact Wendy Farley at wendy.farley@us.af.mil or Mitchell Gooslin at mitchell.gooslin@us.af.mil.
    FY25 365th TRS Alpha Warrior Quad Bunker
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the acquisition of an Alpha Warrior Quad Bunker Training Facility, specifically designed to enhance physical training capabilities for the 365th Training Squadron at Sheppard Air Force Base in Texas. The project entails the engineering, furnishing, installation, and testing of a facility that includes four to six modified conex units, specialized fitness equipment, and necessary infrastructure, with a total area of approximately 5,600 square feet. This initiative is part of a broader effort to modernize training facilities for Air Force personnel, emphasizing sustainability and improved fitness training. Proposals are due by March 19, 2025, at 10:00 AM CDT, and interested vendors should direct inquiries to Casey Adams or Jamie Long before March 12, 2025. This opportunity is set aside for small businesses under the NAICS code 339920, and while funding is not currently available, the government reserves the right to cancel the solicitation without obligation for reimbursement of proposal costs.
    Skydio X10D and Associated Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Skydio X10D drones along with associated instructor-led training. This initiative aims to enhance operational capabilities through the acquisition of advanced unmanned aircraft technology, which is critical for various defense applications. Proposals must adhere to the technical specifications outlined in the Performance Work Statement and be submitted by March 7, 2025, at 11:00 AM CST, with a requirement for small business participation under NAICS code 336411. Interested parties can reach out to SSgt Tyler Webber at tyler.webber@us.af.mil or by phone at 701-723-6092 for further information.
    F35 Flight Training Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the development of a dual-purpose flight and aerospace physiology training simulator tailored for F-35 training. This simulator must accurately replicate F-35 flight dynamics and include a functional cockpit equipped with real-world switches, high-fidelity visuals, and mixed reality capabilities, alongside compatibility with hypoxia training devices and monitoring systems. The procurement emphasizes the importance of advanced simulation technologies in enhancing pilot training and operational readiness. Interested vendors should contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or 623-856-2730, or Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446 for further details regarding this Total Small Business Set-Aside opportunity.
    Air Compressor Travis AFB
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotes for a Firm Fixed Price contract for the installation of an air compressor system at the KC-46 Maintenance Training Facility. The project requires the provision and installation of a compressor that complies with ASME Standard EA-4-2008 and California Administrative Codes, designed to support Advanced Hardware Training Devices (AHTDs) with optimal pressure and airflow specifications. This procurement is crucial for enhancing training operations at the military installation, ensuring that the air distribution system meets the evolving needs of the facility over a planned 50-year lifespan. Interested small businesses must attend a mandatory site visit on March 10, 2025, and submit their quotations by March 21, 2025; for further inquiries, contact Vanessa Siegel at vanessa.siegel.1@us.af.mil or 707-816-3899.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Buyer not available
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    SABER - INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT (IDIQ) SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS (SABER)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to provide construction services related to the repair or alteration of miscellaneous buildings, primarily within the commercial and institutional building construction sector. The work will be performed in Aviano, Italy, highlighting the strategic importance of maintaining and enhancing military facilities in overseas locations. Interested parties should reach out to Jose De Pascalis at giuseppa.depascalis.it@us.af.mil or call 390434304313, or contact Amenda Davila at amenda.davila@us.af.mil or 390434304600 for further details.
    88 TES Jump Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide military jump training services under the title "88 TES Jump Training." The contractor will be responsible for supplying a qualified pilot and a SC7 Sky Van aircraft to conduct various parachute operations at Overton Airport, Nevada, including Double Bag Static Line, Military Free Fall, and Container Delivery System operations over five training days, with up to eight lifts per day. This procurement is crucial for ensuring organized and safe military jump operations, adhering to federal, state, and local safety regulations. Interested parties should contact Julia A. Pettit at julia.pettit@us.af.mil or call 702-652-5401 for further details, as this opportunity is set aside for small businesses and falls under NAICS code 611519.
    57th Multi-Spectral Camouflage
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of multi-spectral camouflage equipment under the title "57th Multi-Spectral Camouflage." This opportunity is categorized as a Sources Sought notice, aimed at identifying potential vendors capable of supplying camouflage and deception equipment, which is critical for enhancing operational effectiveness and survivability in various military applications. The place of performance for this contract will be in Aviano, Pordenone, Italy. Interested parties can reach out to Ali Elyousfi at ali.elyousfi.2@us.af.mil or by phone at 314-632-5806, or Joshua Largent at joshua.largent@us.af.mil for further information.