Cannon AFB- Thunder Dome Mindflare
ID: FA485524Q0067Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for the Thunder Dome Mindflare project, which involves conducting a sUAS Manufacturing Course at Cannon AFB, New Mexico, from November 18-22, 2024. The contractor will be responsible for all aspects of the training, including curriculum development, facility setup, and providing necessary equipment for 16 students, with an emphasis on practical assessments and safety protocols. This procurement is a 100% Small Business Set-Aside under NAICS code 611512, with proposals due by September 19, 2024, at 4:00 PM Mountain Daylight Time; interested parties should direct inquiries and submissions to Karina Bala at karina.bala@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide a small Unmanned Aircraft Systems (sUAS) Manufacturing Course at Cannon AFB, focusing on the integration of AI into sUAS platforms. The contract spans 5 consecutive days, requiring the contractor to handle facility prep, instructional materials, and provide specialized equipment for 16 students. Key training areas include sUAS fundamentals, radio control, battery safety, soldering techniques, drone operation, programming, and applying custom AI to manufactured drones, aimed for at least 90% retention among students in core topics. The contractor is responsible for ensuring compliance with security protocols, maintaining records, and providing an interpreter if needed. The government will not supply any equipment or services outside a designated classroom. This PWS reflects a commitment to enhance technical capabilities within the military through advanced training in sUAS manufacturing and AI application.
    The Performance Work Statement (PWS) outlines the requirements for conducting a sUAS Manufacturing Course at Cannon AFB from November 18-22, 2024. The contractor is responsible for all aspects of the training, including management, facility setup, curriculum development, and supplying necessary equipment for 16 students. The course aims to educate participants on sUAS design, programming, and application of AI in their creations, ensuring that at least 90% of the participants can recall and apply the knowledge gained. Contractor personnel must be available daily from 0800-1700, adhering to security protocols and conducting training in a safe environment. The document emphasizes the importance of proper training on battery safety, soldering techniques, and drone operation, with a focus on practical assessments. All required materials must be approved by a designated Air Force contact. Furthermore, the contractor is responsible for maintaining records and developing a safety plan, while the U.S. Government will provide only the teaching space necessary for the course execution. This PWS reflects the government's commitment to enhancing the skills of personnel in advanced technology sectors like sUAS.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to conduct an sUAS Manufacturing Course at Cannon Air Force Base. The contractor is tasked with providing comprehensive training over five consecutive days, focusing on manufacturing, operating, and programming small Unmanned Aircraft Systems (sUAS), as well as integrating artificial intelligence (AI) models. The course is scheduled for September and November 2024, with the potential for a six-month extension. Key responsibilities include preparing training facilities, managing equipment inventory, developing curriculum, and conducting hands-on instruction. The contractor must supply a list of specific equipment to 16 students, such as sUAS frames, motors, and control systems. Training goals include ensuring at least 90% of students understand sUAS concepts, battery safety, and drone programming. The PWS emphasizes compliance with security requirements, conduct standards, and record-keeping obligations. Additionally, the contractor may need to provide an interpreter if necessary. The document stresses that the government will offer no additional equipment or support beyond classroom space as the contractor executes their obligations, ensuring a focus on skill and knowledge transfer in the specialized field of sUAS manufacturing and AI integration.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide an sUAS (small Unmanned Aerial Systems) Manufacturing Course at Cannon Air Force Base from November 18 to 22, 2024. The contractor will be responsible for managing the course, including curriculum development, classroom preparation, and providing necessary tools and materials for 16 students. Training will cover various topics such as sUAS design, AI integration, and operational safety, aiming for at least 90% student proficiency in key areas. Students will learn about basic sUAS concepts, radio fundamentals, battery safety, soldering techniques, and both manual and autonomous flying. The government will only provide a classroom space, while all other resources must be supplied by the contractor. Security requirements include background checks and adherence to local policies. The PWS emphasizes the commitment to a safe and effective training environment, ensuring compliance with Department of Defense regulations. This document serves as part of a federal RFP aimed at enhancing military training capabilities through specialized educational programs.
    The document outlines the contract administration details related to federal and defense acquisition regulations, specifically focusing on payment submission procedures via the Wide Area Workflow (WAWF) system. Key clauses, including requirements for electronic payment requests (DFARS 252.232-7003) and detailed instructions for using WAWF (DFARS 252.232-7006), are highlighted. Contractors must ensure proper registration in the System for Award Management (SAM) and follow specific training protocols for submitting invoices, which vary depending on contract types, such as cost-type or fixed-price. Additional clauses emphasize compliance with various laws, including those related to labor standards and cybersecurity, while providing information on the flow-down requirements to subcontractors. The document also includes details on the responsibilities of contractors regarding health and safety on government installations and the importance of obtaining necessary access credentials. This comprehensive overview serves to facilitate regulatory compliance and streamline billing processes in government contracting, reflecting adherence to federal standards while enhancing operational efficiency in contract execution.
    The document outlines a series of federal and state RFPs (Requests for Proposals) and grants aimed at various projects and services across multiple sectors. It emphasizes the importance of these proposals in enabling government agencies to acquire necessary goods and services while ensuring compliance with regulatory frameworks. Key aspects include budget allocations, eligibility criteria for applicants, required documentation, and deadlines for submission. The proposals cover a range of topics, including infrastructure development, environmental assessments, healthcare provision, and technology upgrades. Each section identifies central ideas such as project objectives, anticipated outcomes, and evaluation criteria, designed to foster transparency and competition among bidders. Moreover, it highlights the significance of adherence to federal and state regulations during project execution, underlining the government's commitment to maintaining standards and promoting public welfare. This document serves as a crucial reference for potential applicants and stakeholders, detailing essential information needed to navigate the RFP process effectively. It reflects the government's intention to engage with the private sector to enhance public services and facilitate community development through strategic investment of resources.
    The Department of the Air Force's 27th Special Operations Contracting Squadron issued Amendment 0005 for Request for Quotation (RFQ) FA485524Q0067 regarding Unmanned Aircraft Systems (UAS) training. The amendment extends the submission deadline from September 16 to September 19, adjusts the questions due date to September 17, modifies delivery instructions to specify Cannon AFB, and updates the performance work statement to the latest version. This RFQ is a 100% Small Business Set-Aside, associated with NAICS code 611512, and requires offers to include both Price and Technical Exhibits. Evaluation will initially rank quotes based on cost, followed by a technical assessment of the three lowest offers, with awards going to the lowest-priced technically acceptable quote. A written notice of acceptance will constitute a binding contract. All submissions must be sent via email to designated points of contact and must meet regulatory requirements outlined in FAR provisions. This procurement reflects the Air Force's commitment to developing UAS training capabilities, ensuring compliance with specific standards and requirements.
    The Department of the Air Force has issued a Request for Quotation (RFQ) for Unmanned Aircraft Systems (UAS) training under solicitation number FA485524Q0067. This combined synopsis/solicitation is set aside for 100% small businesses, with a North American Industry Classification System (NAICS) code of 611512 and a size standard of $34 million. The RFQ is outlined with a timeline for submissions: questions are due by August 29, 2024, and quotes must be submitted by September 6, 2024, at 4:00 P.M. Mountain Daylight Time. The evaluation process will rank quotes based on cost before assessing technical acceptability, awarding the contract to the lowest priced, technically acceptable vendor. Requirements include proof of technical capability, financial responsibility, and compliance with the specified training requirements. Additionally, vendors must be registered in the System for Award Management (SAM) to be considered for the award. The document emphasizes the government's discretion to cancel the solicitation or not make an award if funds are unavailable. This procurement reflects the Air Force's initiative to enhance training operations while adhering to federal contracting standards.
    The document outlines a set of questions and answers regarding a federal training project, which is confirmed to be a new initiative without prior award numbers. The key points include that the current training session is a singular five-day event set for November 18-22, 2024, with no additional training sessions planned at this time. Additionally, the deadline for proposals has been extended to September 16, alleviating concerns about missing the application timeline. However, a request for a 50% upfront payment due to high initial equipment costs was denied, indicating a strict adherence to payment terms. Overall, this document addresses concerns from potential contractors and clarifies the framework for the upcoming training requirement under government solicitation processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AFJROTC CoDrone EDU (JROTC Edition) Competition Drones (Amendment 0001)
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron, is seeking proposals for the acquisition of CoDrone EDU (JROTC Edition) competition drones to enhance the Air Force Junior ROTC (AFJROTC) curriculum. This procurement aims to provide a package of 10 drones, complete with necessary sensors, programmable features, and accessories, to facilitate hands-on learning and competition preparation for high school students. The initiative underscores the importance of innovative educational tools in fostering STEM skills and responsible citizenship among students. Proposals are due by September 19, 2024, and interested parties can contact Jaeden Alvarez at jaeden.alvarez.2@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil for further information.
    FIGHTER WARBIRD P/TF-51 Service (5 Years)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for a five-year contract to provide Fighter Warbird services, including a single-engine P/TF-51 aircraft and qualified flight instructors, for the U.S. Air Force Test Pilot School at Edwards Air Force Base, California. The contract encompasses various services such as pilot instruction, maintenance personnel, sortie hours, ferrying, and fuel, with an anticipated performance period from October 1, 2024, to September 30, 2029. This procurement is critical for conducting qualitative evaluations and flying qualities curriculum flights, ensuring compliance with stringent safety and operational standards. Interested parties must submit their quotes electronically by September 12, 2024, to Justin Fobel at justin.fobel@us.af.mil and Maria Estevane at maria.estevane.1@us.af.mil, adhering to the specified guidelines and requirements outlined in the solicitation documents.
    MK-18 COMMAND & CONTROL (C2) COURSE OF INSTRUCTION
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for the MK-18 Command & Control (C2) Course of Instruction, aimed at enhancing the operational capabilities of U.S. Navy Explosive Ordnance Disposal (EOD) forces. The contract, set aside for small businesses, requires the contractor to deliver a comprehensive five-day training program for EOD leadership on the effective use of the MK-18 Unmanned Underwater Vehicle (UUV) system, with courses scheduled for EODGRU ONE and EODGRU TWO. This training is critical for ensuring that EOD personnel can meet current operational requirements and effectively employ advanced underwater technologies. Interested contractors must submit their proposals by September 20, 2024, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil or Christine Jordan at christine.jordan@navy.mil.
    Data Driven Test Course
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force Test Pilot School (USAF TPS), is seeking qualified contractors to develop and instruct a Data Driven Test Course at Edwards Air Force Base, California. The primary objective is to create a comprehensive curriculum focused on preparing graduates to test autonomous aircraft and data-driven mission systems, emphasizing areas such as data-analysis for flight sciences and practical capstone exercises. This initiative is crucial for enhancing military training capabilities in aviation testing and evaluation, particularly in light of current manpower shortages. Interested parties must submit their firm-fixed-price quotes by September 19, 2024, with all proposals evaluated based on technical capability and pricing, and should direct inquiries to Cole Staron at cole.staron@us.af.mil or Jenny L. Meadlin at jenny.meadlin@us.af.mil.
    Thermal/Acoustic Imaging Cameras
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for the procurement of two thermal and acoustic imaging cameras to be utilized at Cannon Air Force Base, New Mexico. The thermal imaging cameras will assist maintenance personnel in detecting heat signatures indicative of potential aircraft system issues, while the acoustic imaging cameras will facilitate the identification of air leaks through sound detection. This procurement is crucial for enhancing aircraft readiness and maintenance efficiency. Proposals are due by September 19, 2024, with a performance period of 90 days post-award. Interested vendors must be registered in the System for Award Management and adhere to the submission guidelines outlined in the attached documents. For further inquiries, contact SrA Bryce Lowe at bryce.lowe@us.af.mil or SrA Evan Halnon at evan.halnon@us.af.mil.
    Organic Drone Build Instruction and Sustainment Kit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for an Organic Drone Build Instruction and Sustainment Kit under a total small business set-aside. This procurement aims to acquire commercial products or services that will support the development and maintenance of unmanned aircraft systems, which are critical for various military operations. The place of performance for this contract will be in Colorado, and interested vendors can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details. Proposals are being requested as this announcement serves as the only solicitation, with no written solicitation to be issued.
    Organic Drone Build Instruction and Sustainment Kit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an Organic Drone Build Instruction and Sustainment Kit. This opportunity is aimed at acquiring commercial products or services that will support the development and maintenance of unmanned aircraft systems, which are critical for various military operations. The contract is set aside for small businesses under the SBA guidelines, with performance expected to take place in Alabama. Interested vendors should reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, as proposals are being requested without a formal written solicitation.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.
    Organic Drone Build Instruction and Sustainment Kit
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an Organic Drone Build Instruction and Sustainment Kit. This opportunity is aimed at acquiring commercial products or services that will support the development and maintenance of unmanned aircraft systems, which are critical for various military operations. The procurement falls under the NAICS code 336413, focusing on Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is set aside for small businesses in accordance with FAR 19.5. Interested parties should direct their inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are being requested and no written solicitation will be issued.
    100ARW Spark Cell Drone
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of a quadcopter small Unmanned Aircraft System (sUAS) platform and associated training to be delivered to RAF Mildenhall in the United Kingdom. The requirement includes the delivery of a Parrot Anafi USA GOV Drone or an equivalent model, along with five spare batteries and comprehensive training, all adhering to specified Salient Characteristics and regulatory compliance. This initiative is part of the Royal Spark Innovation Office's efforts to enhance operational capabilities for Intelligence, Surveillance, and Reconnaissance (ISR) and other strategic applications. Interested vendors must submit their quotes by 1700 GMT on September 25, 2024, and ensure they have an active System for Award Management (SAM) account. For further inquiries, vendors can contact Charles Kye at charles.kye.1@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.