SOURCES SOUGHT
V -- CAS-4th Generation Fighter Jet Sevices
- Notice Date
- 8/24/2015
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-15-R-0099
- Archive Date
- 10/23/2015
- Point of Contact
- Patricia A Collier, Phone: 301-757-5910, Michael J Coon, Phone: 301-757-7114
- E-Mail Address
-
patricia.collier@navy.mil, michael.coon@navy.mil
(patricia.collier@navy.mil, michael.coon@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI will be treated as information only and will not be used as a proposal. DO NOT SUBMIT ANY CLASSIFIED INFORMATION WITH YOUR RESPONSE. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise because of a contractor's submission of a response to this announcement or the Government's use of such information. The information provided may be used by the Government in developing its acquisition strategy and performance work statement /statement of objectives and performance specifications. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. Not responding to the RFI does not preclude participation in any future solicitations. The information provided in this RFI is subject to change and is not binding on the Government. This RFI is for market research and planning purposes only. It is the intent of the Government to host an industry day at some point in the future. Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing. Note: Funds are not presently available for this effort. INTRODUCTION The Naval Air Warfare Center Aircraft Division Contracts Department (AIR 2.5.1.13), Patuxent River, MD announces its intention to procure, on a competitive basis, 4th generation fighter jet service. The results of the Sources Sought will be utilized to determine if commercial 4th generation fighter jet services are available and to determine how the commercial sector defines 4th generation fighter jets. All Small Business Set-Aside categories will be considered. Furthermore, this market research tool is being used to identify potential and eligible Zone 2 firms, of all sizes, prior to determining the method of acquisition and issuance of a Solicitation. PLACE OF PERFORMANCE Multiple locations; Continental United States (CONUS) and Outside the Continental United States (OCONUS). PROGRAM BACKGROUND The US Department of Defense (DoD) has identified training requirements for Navy and Marine Corps fighter pilots. To meet these unique training requirements, 4th generation fighter jet services may be sought to provide 4th generation fighter jets and crews to simulate aggressors for the Navy and Marine Corps fighter pilots to engage with to enhance pilot training. The focus of this initiative is to identify possible sources to support quality flight training to fighter pilots during field exercises throughout the year. REQUIRED CAPABILITIES It is the intent of the Department of the Navy (DoN) to perform market research to determine the availability of commercial 4th generation fighter jet aircraft services. Companies interested in providing such services, should define 4th generation fighter jet attributes and identify what aircraft they plan to use to meet those criteria should a request for proposal be sought by the government. Of particular interest are the aircraft's capabilities ( i.e. Max Range, Airspeed, and Altitude; RADAR cross section; Active Electronically scanned array capability; and other key attributes of similar aircraft such as the F-16 and F-18, which the company's proposed aircraft may have in common. More information regarding 4th generation fighters can be found at: https://en.wikipedia.org/wiki/Fourth-generation_jet_fighter SPECIAL REQUIREMENTS Compliance with the following regulations and instructions will be required: • Office of the Chief of Naval Operations Instruction (OPNAVINST) 5100.27B Navy Laser Hazards Control Program • DD 254 - DoD Form "Contract Security Classification Specification" • DoD Manual 5220.22-M, National Industrial Security Program Operating Manual • OPNAVINST 3432.1 and National Security Decision Directive • Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.239-7016 • Naval Air Systems Command Instruction (NAVAIRINST) 3710.1G - Contactor's Flight and Ground Operations • DoD Directive 5030.61 - DoD Airworthiness Policy • NAVAIRINST 13034.1D - "Flight Clearance Policy for Air Vehicles and Aircraft Systems" ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for this requirement is 481219 (Other Non-Scheduled Air Transportation) and Product Service Code is V121. The applicable Small Business Size Standard is $27.0 M. Respondents must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. This documentation must address at a minimum the following items: 1. Identify the type/model/series aircraft which would be used for the service. Indicate if you currently possess these aircraft, include quantity. 2. Describe how the proposed aircraft are configured to meet the requirement. 3. Include any performance capabilities that contribute to the aircraft being classified as 4th Gen aircraft. (Include only unclassified information) 4. If you do not currently possess the aircraft indicate how you would obtain them and how long it would take to meet the airworthiness requirements in NAVAIRINST 3710.1G and DoD Directive 5030.61?. 5. From the time of contract award, how long would it take to be able to provide services in support of DoD training missions in CONUS. 6. Do the aircraft you would use have complete maintenance documentation regarding all maintenance and modifications since sold from the original equipment manufacturer (OEM) including engineering substantiation data for modifications? 7. Do you have (or intend to have at contract award) reach back to the OEM or an approved engineering source for continued airworthiness issues i.e. part obsolescence, bulletins, etc? 8. Describe your aircraft/component life tracking process. 9. Do you have established flight and ground operating procedures? 10. The past experience your company has had specific to contracted air services of fighter jet aircraft a. List any currently possessed related flight program contracts b. If so, please expound on those contracts and name the issuing organization. 11. Identify any unique technical expertise that your company has regarding Fighter Jet services. 12. Describe your capability to provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the desired training. 13. Small Business (SB) Set-Aside Determination. The Government reserves the right to decide whether 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. 14. Provide Company name, Point of Contact name, telephone number, fax number, street address, e-mail address, website, company cage code, and socio-economic/business size status. 15. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 16. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 17. Include in your response your ability to meet the requirements listed in the Special Requirements section. If the government proceeds with a solicitation and contract, the estimated period of performance consists of a base year and four one year options. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP). Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF) to the Contract Specialist, Patricia Collier, via email at patricia.collier@navy.mil. Submit all questions regarding the technical portion of this Sources Sought to: Ray Detmers (252) 466-5357 raymond.detmers@navy.mil or John Thatch (252) 466-5368 john.thatch@navy.mil The deadline for response to this request is 2 pm, EST, 7 October 2015. Proprietary information should be kept to the minimum and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Include additional information that would be of value to the government--please mark as "additional information." All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-15-R-0099/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03852772-W 20150826/150824235743-958b97703da871e4727099acffde3341 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |