REQUEST FOR INFORMATION
SPECIAL WARFARE TRAINING WING
1.0 Description
1.1 The basic service objective is as follows:
-
To the SWTW by providing training support, administrative support, and data collection and analysis services. The Contractor be required to implement Human Performance Support (HPS) and Strength & Conditioning (S&C) curriculum to support and enable execution of specific requirements and manage associated administrative tasks.
-
Leverage technology to advance the Human Weapons System. The Tactical Lifecycle and Performance Management Program (TLPMP) will monitor, measure, improve and strengthen an operator’s performance, readiness and long-term effectiveness using subject matter expertise
1.2 An effective solution must provide all services necessary to conduct Human Performance Support Services as mentioned in Section 1.1 and also in the attached Draft PWS.
1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not seeking proposals at this time and will not accept unsolicited proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
2.0 Background
The background is related to the need to improve and sustain the Special Warfare training enterprise of the Air Force due to high attrition rates and non-optimized recruiting affecting Air Force production requirements. The HQ Air Force Directive prompted the need to grow the Special Warfare training enterprise. In response to these challenges, the Special Warfare Training Group developed the SW Candidate Course and other training programs to provide entry-level instruction, establish individual conditioning base, and develop physical skills and academic studies to improve performance and minimize attrition within the SW pipeline. The Contractor is to support the SWTW in providing program management, project management, training, contractor curriculum development support and design, data collection and analysis services and mentor support services.
2.1 Limitations:
Vendor must be able to travel and meet the deliverables as set forth in the Performance Work Statement (PWS).
2.2 Security Requirements:
There are no classified information requirements.
3.0 Purpose
This effort focuses on the technical solution to provide human performance support services IAW the attached Draft PWS.
4.0 Response Format
4.1 Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than three (3) pages. All interested parties are invited to provide the following information:
a. Company Name, Commercial and Government Entity (CAGE) Code and Unique Entity ID (UEI) Number.
b. Point of Contract (to include phone and email).
c. Website URL, if applicable.
d. State if your company is SAM registered under NAICS code 541611.
e. State whether your firm is large, small business, small disadvantaged business (SDB), 8(a)-certified small business, historically underutilized business zone (HUBZone) small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), woman-owned small business (WOSB) based upon the for North American Industry Classification System (NAICS) code 541611.
f. Can your company meet all the description of supplies/services task described in the attached draft performance work statement (PWS)?
g. Does your company have an existing presence in U.S. Joint Base San Antonio – Lackland Chapman Training Annex – San Antonio, Texas, 351 Special Warfare Training Squadron at the U. S. Air Force Base in Kirtland, New Mexico?
h. Does your company have 3+ years’ experience leading a contract for services to support and sustain the SWTW, SW programs and courses supporting the SOF enterprise at a Federal Agency?
i. Does your company have 3+ years’ experience leading a contract for services to support and sustain the SWTW, SW programs and courses supporting the SOF enterprise commercially?
j. All Contractor personnel working under this effort SHALL have the ability to obtain and be eligible for a Secret Security Clearance, at time of award. Do you understand that all personnel working under this subsequent task order will require a Secret Clearance?
k. Please identify all GSA contracts and/or contract vehicles that your company holds and are applicable to this requirement. Do you provide this service and/or product commercially?
l. Based on the provided information, would your company submit a quote/proposal if this requirement was issued under your GSA Contract?
m. How much lead time would your company need from notification of award to start of contract performance - or delivery, if product(s) only?
n. In your estimation how much of this potential requirement would your company need to subcontract to other companies?
o. Please select the NAICS code(s) you determine are appropriate for this requirement. Based only on the GSA contracts your company holds, which SIN(s), Pool(s), or Constellation(s) would you recommend are applicable for this requirement?
4.2. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude.
4.3 All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 12:00 PM (CST), on 11 Apr 25. Information shall be provided via e-mail in either Microsoft Word and/or Microsoft PowerPoint. Forward your responses regarding this RFI to the POCs identified below.
5.0 Industry Discussions
SWTW representatives may or may not choose to meet with respondees. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.
6.0 Questions
Questions regarding this announcement shall be submitted in writing by email to Mr. Jackson Hager at jackson.hager@us.af.mil, CC’ing Mr. Kevin Harris at kevin.harris.58@us.af.mil. Verbal questions will NOT be accepted. Questions SHALL NOT contain proprietary or classified information. Answers to questions will be shared with all respondees. The Government does not guarantee that questions received after 11 Apr 25/ 1200 CST will be answered.
7.0 Summary
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide innovative technology and outreach methods. The information provided in the RFI is subject to change and is not binding on the Government. The DAF has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
Attachments:
-
Human Performance Support Services PWS