This document, "Attachment 1 - FTSS V POC List," provides a comprehensive list of contractors for Lot 1 (Unrestricted) of the FTSS V program. It details seven companies: CAE USA Incorporated, BGI-Aero Simulation, Incorporated (ASI) Joint Venture, Valiant Global Defense Services, Incorporated, Delaware Resource Group (DRG) of Oklahoma, Limited Liability Company, Fidelity Technologies Corporation, FlightSafety Defense Corporation, and LB&B Associates, Incorporated. For each contractor, the document lists their address, Cage Code, UEI, and primary, secondary, and sometimes tertiary points of contact, including names, titles, contact numbers, and email addresses. This attachment serves as a crucial reference for identifying and contacting the key personnel associated with these unrestricted contractors under the FTSS V program.
Attachment L-5 outlines the Government Furnished Information (GFI) Request and Non-Disclosure Agreement (NDA) for the Fielded Training Systems Support V (FTSS V) Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT) (Solicitation: N6134026R0003). This document defines GFI, specifies its dissemination methods (e.g., CD, USB drives, DoD SAFE), and details the process for requesting GFI, which requires submission of a signed form identifying personnel with access, including subcontractors. The NDA mandates strict precautions against unauthorized GFI disclosure, adherence to ITAR and EAR regulations, and certification through the Joint Certification Program. It also outlines procedures for returning or destroying GFI upon contract completion, cancellation, or government request, emphasizing the prime contractor's responsibility to flow down these requirements to subcontractors. The document includes sections for contractor completion regarding GFI requests, personnel access, and shipping information, and government sections for concurrence and tracking.
The document provides a comprehensive list of points of contact (POCs) for various defense contractors involved in an unspecified federal initiative related to multiple Task Orders. It includes detailed information for eight different companies, including their addresses, unique identification codes, and primary and secondary contact personnel. Each entry contains names, positions, and multiple contact methods, such as phone numbers and email addresses. The companies listed are CAE USA, BGI-Aero Simulation, Valiant Global Defense Services, Delaware Resource Group, Fidelity Technologies, FlightSafety Defense Corporation, and LB&B Associates. The purpose of the document is to facilitate communication and coordination between federal agencies and these contractors in the procurement process, essential for successful contract award and execution. This strategic approach underscores the federal government's commitment to leveraging multiple entities for defense services while ensuring that points of contact are clearly articulated for effective collaboration.
This government solicitation, N6134026R0003, is a Request for Proposal (RFP) for Contractor Instructional Services (CISLANT) under the Field Training Systems Support (FTSS V) Contract. The Naval Air Warfare Center Training Systems Division (NAWCTSD) seeks proposals for instructor services at Naval Station (NS) Norfolk, VA; Naval Air Station (NAS) Oceana, VA; NS Mayport, FL; and NAS Jacksonville, FL. The contract includes provisions for firm-fixed-price CLINs/Tasks, estimated hours for Additional Instruction, and travel reimbursement. Key sections detail performance work statements, technical data requirements, packaging, inspection, and acceptance procedures. The period of performance is from July 1, 2026, to June 30, 2031, with potential extensions. Special contract requirements address wage determinations, collective bargaining agreements, travel approval procedures, and incremental funding. The document also outlines invoicing via Wide Area WorkFlow (WAWF) and designates Technical Points of Contact (TPOCs) and Contracting Officer's Representatives (CORs).