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
  1. 1
    Posted Aug 23, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 13, 2024, 12:00 AM UTC
  3. 3
    Due Sep 19, 2024, 10:00 PM UTC
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
Aug 24, 2024, 2:23 AM UTC
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.
Sep 15, 2024, 9:05 AM UTC
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.
Aug 28, 2024, 10:02 PM UTC
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.
Sep 4, 2024, 7:15 PM UTC
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.
Sep 15, 2024, 9:05 AM UTC
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.
Sep 15, 2024, 9:05 AM UTC
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.
Sep 15, 2024, 9:05 AM UTC
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.
Sep 4, 2024, 7:15 PM UTC
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.
Sep 15, 2024, 9:05 AM UTC
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
Cannon AFB - Melrose Air Force Support Contract
Buyer not available
The Department of Defense, through the 27th Special Operations Contracting Squadron, is soliciting proposals for the Melrose Air Force Range (MAFR) Operations, Maintenance, and Support (OM&S) Services contract. This procurement aims to secure comprehensive support for a primary training range that accommodates various military training operations, including aerial gunnery, ground training, and electronic warfare support. The contract, valued between $100 million and $250 million, is set aside for small businesses and will span an initial five-year base period with up to five additional one-year incentive option periods. Interested vendors must submit their proposals by April 18, 2025, and can direct inquiries to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.
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.
Clear-Com Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Clear-Com Equipment at Cannon Air Force Base in New Mexico. This opportunity is a combined synopsis/solicitation, with a focus on acquiring specific parts of Clear-Com equipment to enhance communication capabilities, which are critical for operational effectiveness. The procurement is set aside entirely for small businesses under NAICS code 334220, and proposals are due by April 15, 2025, with inquiries accepted until April 10, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Michael Barbera or 2d Lt Nick Cervantes for further information.
FY25 365th TRS Alpha Warrior Quad Bunker
Buyer not available
The Department of Defense, through the 82d Contracting Squadron, is soliciting quotes for the construction of the 365th TRS Alpha Warrior Quad Bunker at Sheppard Air Force Base in Texas. This project involves the engineering, furnishing, installation, and testing of a training facility that will include four to six Bunker Conex units, specialized fitness equipment, and necessary infrastructure to enhance physical training capabilities for military personnel. The initiative is part of a broader effort to modernize training facilities, focusing on sustainability and improved fitness training for Air Force members. Interested small businesses must submit their quotes by 10:00 AM CDT on April 21, 2025, and can direct inquiries to Carri Dulaney at carri.dulaney@us.af.mil or Jamie Long at jamie.long.7@us.af.mil.
FY25 AFROTC - Cadets In Jets (JETI IV)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 AFROTC - Cadets In Jets (JETI IV) program, aimed at providing incentive orientation flights for Air Force Reserve Officer Training Corps (AFROTC) cadets. The program seeks to conduct 500 to 2000 one-hour flights in high-performance aircraft at Maxwell Air Force Base in Alabama, enhancing cadets' understanding of Air Force operations and inspiring them towards rated career fields. This initiative is crucial for addressing pilot shortages and simulating military flying experiences, with a total anticipated contract value of approximately $34 million over multiple option years from 2025 to 2030. Interested small businesses must submit their proposals, including technical capabilities and past performance information, by the specified deadline, and can contact SrA Lance Redolosa or Jeremy B. Kersey for further details.
C-40 Flight Simulator Training Follow-on
Buyer not available
The Department of Defense, specifically the Air Force's 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources for follow-on flight simulator training for the C-40B/C aircraft, which supports executive airlift missions. The procurement requires contractors to provide FAA-approved classroom and simulator training for various pilot courses, including Initial Qualification and Refresher Training, utilizing certified instructors and simulators at an FAA-approved facility. This training is crucial for maintaining pilot readiness and safety standards within the Air Mobility Command and other associated units. Interested businesses, particularly those classified as small disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned Small Businesses, must submit their capabilities and plans for joint ventures by May 6, 2025, to the primary contact, Blake Beckmann, at blake.beckmann@us.af.mil or by phone at 618-256-9951.
Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
Buyer not available
Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
Unmanned Threat Emitter (UMTE), Common Electronic Attack Receiver (CEAR)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Unmanned Threat Emitter (UMTE) Common Electronic Attack Receiver (CEAR) from SRC, Inc. This sole-source requirement is critical for receiving and processing data from a specialized threat emitter system, which is essential for countermeasure detection related to NATO aircraft operations. Proposals must be submitted by April 10, 2025, with questions directed to designated Air Force personnel by April 3, 2025. Interested parties must hold active SAM registration and complete the necessary NIST DoD Assessment, with the contract expected to be a Firm Fixed Price agreement, requiring delivery within one calendar year post-award. For further inquiries, contact Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.
Remanufacture of KC-135 Flutter Dampener 1650008983516FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Flutter Dampeners under a total small business set-aside contract. The procurement aims to ensure the quality and reliability of critical military equipment, with contractors required to adhere to stringent operational procedures, quality assurance measures, and supply chain risk management protocols as outlined in the Statement of Work (SOW). This contract spans a five-year period, including a three-year basic requirement and a two-year option, with proposals due by May 19, 2025. Interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
Air Advisor Academic Services at JB-MDL NJ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Air Advisor Academic Services at Joint Base McGuire-Dix-Lakehurst (JB-MDL) in New Jersey. The contractor will be responsible for developing course materials, providing qualified instructors, and conducting training courses for Air Advisors, with an estimated annual enrollment of 1,500 students. This procurement is crucial for enhancing the skills of military personnel in air advisory roles, aligning with U.S. national security objectives and fostering international partnerships. Interested small businesses must submit their capability statements, past experience examples, and feedback on the draft performance work statement by April 24, 2025, at 12:00 PM EST. For further inquiries, contact Jeremy B. Botkin at jeremy.botkin@us.af.mil or Sarah E. Brown at sarah.brown.22@us.af.mil.