Combat Mobility Training
ID: FA568225Q8003Type: Sources Sought
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)
Timeline
  1. 1
    Posted Dec 9, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 9, 2024, 12:00 AM UTC
  3. 3
    Due Dec 17, 2024, 2:00 PM UTC
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
Dec 23, 2024, 3:05 PM UTC
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.
Dec 9, 2024, 4:52 PM UTC
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.
Dec 23, 2024, 3:05 PM UTC
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.
Dec 23, 2024, 3:05 PM UTC
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.
Dec 23, 2024, 3:05 PM UTC
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.
Dec 23, 2024, 3:05 PM UTC
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.
Dec 23, 2024, 3:05 PM UTC
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.
Dec 23, 2024, 3:05 PM UTC
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
Combat Mobility Training
Currently viewing
Sources Sought
Similar Opportunities
69--COMBAT MISSION CAPA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of Combat Mission Capability (NSN 6920016953580). The requirement includes a quantity of 829 units, which are to be delivered to DLA Distribution within 139 days after order. These items are critical for military operations, specifically in the context of training aids and devices. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. This opportunity is set aside for small businesses under the SBA guidelines, and the solicitation can be accessed through the DLA's online platform.
321 Combatives Instructor
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide combatives training for the 321 Special Tactics Squadron (STS) at RAF Mildenhall, United Kingdom. The contractor will be responsible for delivering comprehensive training that includes grappling, Brazilian Jiu-Jitsu, Judo, and striking techniques, ensuring that instructors possess advanced martial arts qualifications and tactical training experience. This training is crucial for enhancing the operational readiness of special operations personnel, with a structured schedule of three 2-hour sessions weekly and dedicated proficiency training weeks. Interested contractors should direct inquiries to Davion Bratcher at Davion.Bratcher@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil, with submissions due by the specified deadlines outlined in the solicitation documents.
Request for Information (RFI) for Multiple Award Indefinite Delivery / Indefinite Quantity Contract (MAC IDIQ) for Air Force Aircrew Training Portfolio
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking interested contractors to support a multiple-award Indefinite Delivery/Indefinite Quantity (MAC IDIQ) contract for the Air Force aircrew training portfolio. This Request for Information (RFI) aims to identify contractors capable of providing various training services, including initial qualification, mission qualification, and continuation training for Department of Defense aircrew, along with developing instructional courseware and managing aircrew support positions. The selected contractors must meet stringent requirements, including holding a Top Secret security clearance, ISO 9001 certification, and demonstrating substantial prior experience in relevant training and contract management. Interested parties should submit their capabilities statements, not exceeding ten pages, along with any feedback on the requirements, to Anita Rochford at anita.rochford.2@us.af.mil. The deadline for submissions has not been specified in the overview.
TSCM Cyber Applications Couse
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified vendor to provide a Counter-Intelligence Technical Surveillance Countermeasures (TSCM) Course tailored for U.S. Special Operations Forces (SOF). The course aims to enhance the capabilities of SOF personnel by covering critical topics such as detecting rogue Bluetooth and WiFi clients, utilizing WiFi Pineapple for device location, and employing software-defined radios, addressing a significant training gap in cyber and networking tools. Interested parties must demonstrate their unique qualifications and capabilities in delivering this specialized training, with a deadline for submissions set for May 1, 2025, at 10:00 AM EST. For inquiries, potential vendors can contact Ramon Jimenez at ramon.jimenez.7@us.af.mil or by phone at 813-828-4018.
Air Force Special Operations Command (AFSOC) Air Commando Training Support (ACTS) II
Buyer not available
The Department of Defense, through the Air Force Special Operations Command (AFSOC), is conducting market research for the Air Commando Training Support (ACTS) II program, seeking potential sources capable of providing training system support for various aircraft, including AC/HC/MC-130J and CV-22. The procurement aims to identify companies with expertise in the development, modification, and sustainment of training systems, particularly those that can operate with limited technical data and maintain training efficiency under operational demands. This initiative is crucial for enhancing military training capabilities and ensuring compliance with distributed mission operations standards. Interested vendors must submit their capabilities and past experiences by April 27, 2025, and can contact Dave Frameli at david.frameli.4.ctr@us.af.mil or Nick Redlin at nicholas.redlin@us.af.mil for further information.
ICEADR CE Instructor Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide instructor support for the Instructors of Civil Engineer Airfield Damage Repair (ICEADR) program. The primary objective of this procurement is to enhance the training and competency of civil engineer personnel within the U.S. Air Force through structured training programs that include initial, refresher, and specialized training across six designated training sites. This initiative is critical for improving Air Force operational readiness by ensuring that personnel are well-trained in airfield damage repair, with contractors required to manage logistics, maintain quality control, and comply with safety regulations. Interested parties must direct inquiries to SSgt Randal Rose at randal.rose@us.af.mil or MSgt Owen Hurley at owen.hurley.1@us.af.mil by April 29, 2025, with the contract expected to span a base year plus two one-year options.
DC3 Cyber Academy Training (CTA) Follow-On
Buyer not available
The Department of Defense, through the Air Force District of Washington (AFDW-PK), is planning to award a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for cyber training services aimed at enhancing the capabilities of U.S. Air Force and Department of Defense (DoD) personnel. This contract will focus on providing specialized training in areas such as digital forensics and malware analysis to support the defense of DoD information systems against illegal and unauthorized activities, serving entities like United States Cyber Command and various military cyber components. The contract will span five years, with five one-year ordering periods starting from July 21, 2025, to July 20, 2030, and interested vendors are encouraged to submit their capabilities in writing by April 30, 2025. For inquiries, vendors may contact Contracting Officer Jesica Hunt or Contract Specialist Parris Kennedy via email.
ICD 705/SSM Physical Security Training
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to enhance the skills of security personnel responsible for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF), ensuring compliance with federal security standards. The contract is valued at approximately $15 million and spans from August 2025 to September 2028, with proposals due by April 29, 2025. Interested offerors can contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil for further details.
FMS MQ-9A Notice of Intent
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source Indefinite Delivery – Indefinite Quantity (IDIQ) contract to General Atomics – Aeronautical Systems, Inc. for the provision of Foreign Military Sales - International MQ-9A Launch and Recovery Training services at a Contractor Owned Contractor Operated (COCO) facility in Fort Cavazos, Texas. This procurement aims to utilize unique capabilities and resources that GA-ASI possesses, including their own MQ-9A aircraft and training facilities, which are essential for delivering seamless training and ensuring operational readiness following the divestment of USAF training capabilities. Interested parties who believe they can provide equivalent services are invited to submit a capability statement to Gerardo Martinez by email at gerardo.martinez@us.af.mil by May 9, 2025, at 12:00 p.m. Central Daylight Time, as late submissions will not be considered.
DRAFT RFP: Command and Control Training and Courseware Development
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Command and Control Training and Courseware Development contract. This procurement aims to provide comprehensive training services, including contract academic training, continuation training, courseware development, and support services for various Air Operations missions across multiple locations. The services are critical for enhancing operational readiness and effectiveness within the Air Operations Center, Control and Reporting Center, and other related entities. Interested parties can reach out to Christopher Richards at CHRISTOPHER.RICHARDS.18@US.AF.MIL or 757-764-8737, or Anita Rochford at anita.rochford.2@us.af.mil or 817-395-2649 for further information.