Federal Bid

Last Updated on 04 Jul 2019 at 1 AM
Sources Sought
Location Unknown

Programmable Logic Controller (PLC) Training

Solicitation ID FA3002-13-RJAF-PLCTraining
Posted Date 19 Sep 2013 at 3 PM
Archive Date 03 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aficc - Conus
Agency Department Of Defense
Location United states
The Air Education and Training Command Contracting Squadron (AETC CONS) is seeking information concerning the availability of capable contractors to provide non-personal services in support of the Royal Jordanian Air Force (RJAF) for Programmable Logic Controller (PLC). All instruction shall be in the English language. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is not a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 611519, Other Technical and Trade Schools, and the small business size standard is $14.0 Million.

Training Requirements include:

Upon completion of training, technician shall be able to diagnosis, repair, and/or rebuild PLC cards using schematics and/or ladder diagram and shall be able to design, build, and bench check PLC cards for various applications and/or systems.

Training is required for five (5) students. Estimated timeframe for training start is July 2014.

The respondent shall provide a capability/rough order of magnitude (ROM) statement addressing the following:

Maximum student load
Course duration
Course outline
Tuition cost
Non-Tuition Cost
Capability to accept students in calendar year 2014
Additional services that can be provided such as lodging, transportation, meals, etc.

If your firm is capable of providing the requirements described above, please provide a Capability Statement/ROM to Suzanne Davenport, [email protected], no later than 3 October 2013 @ 3:00PM CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. At a minimum, the following information is requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your roll will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector contracts you have performed for similar combined services [if applicable]; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts; (11) Provide estimated small business subcontracting goals and rationale. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice.

Bid Protests Not Available