Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2016 FBO #5382
SOURCES SOUGHT

U -- CAS BizJet - N00421-16-R-0009

Notice Date
8/16/2016
 
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
N00421-16-R-0009
 
Archive Date
10/1/2016
 
Point of Contact
Helen H Choo, Phone: (301) 757-9056, David Silverstone, Phone: (301) 757-2528
 
E-Mail Address
helen.choo@navy.mil, david.silverstone@navy.mil
(helen.choo@navy.mil, david.silverstone@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft (PMA- 226), Contracted Air Services (CAS) program, Patuxent River, MD 20670 intends to procure Contractor owned and operated aircraft to the Department of the Navy (DoN) Fleet customers for a wide variety of airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operators and aircrew on how to counter potential enemy Electronic Warfare (EW) and Electronic Attack (EA) operations in today’s Electronic Combat (EC) environment. This support is provided in a variety of venues, from basic “schoolhouse” Air Intercept Control (AIC) training to large multinational exercises or small, single unit training exercises, including target tow. Solicitation Number: N00421-16-R-0009 Notice Type: Sources Sought Description: The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft (PMA- 226), Contracted Air Services (CAS) program, Patuxent River, MD 20670 intends to procure Contractor owned and operated aircraft to the Department of the Navy (DoN) Fleet customers for a wide variety of airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operators and aircrew on how to counter potential enemy Electronic Warfare (EW) and Electronic Attack (EA) operations in today's Electronic Combat (EC) environment. This support is provided in a variety of venues, from basic "schoolhouse" Air Intercept Control (AIC) training to large multinational exercises or small, single unit training exercises, including target tow. Locations include multiple c ontin e nt a l Uni t e d S t a t e s ( C ONU S ) sit e s a nd f o r e i g n a nd r e mote o p er a ti n g b a s e s outside the c ontin e nt a l U nit e d S t a t e s ( O C ONU S ). Ai r c r a f t will op er a te fr o m d e si g n a t e d o r ho m e b a s e s on the E a st C o a st a nd W e st C o a st, a nd fr om a n y o p er a ti n g si t e wo r l d wide du r i n g p er iods of d e pl o y m e nt. Oth e r c u stom er s f or C AS und e r t his c ont rac t m a y in c lude oth e r D e p ar t m e nt of D ef e n s e ( D o D) a g e n c i e s a nd s er vi ce s, non - D o D G ov er nm e nt a g e n c i e s, F o re i g n Milit a r y S a l es ( F M S ) c ustom er s. The Government anticipates a follow-on Firm Fixed Price, Cost Plus Fixed Fee, and Cost Reimbursement contract award in FY2018 with a period of performance of one (1) base year plus four (4) one-year option periods. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Requirements: Respondents to this Sources Sought should describe their ability to support the following performance requirements and objectives: •1. Speed and Altitude: Achieve a service ceiling of at least 35,000 feet MSL, with two low drag external stores, operate at Mach.75 at 30,000 feet MSL; Sea level (200 feet MSL) speed of at least 300 knots true air speed (KTAS). •2. Ceiling: 35,000 feet MSL with 2 pods. 25,000 feet MSL with tow reel mounted •3. Turn: 2.7 G sustained turn below 14,000 feet MSL slick. 2.0 G with tow reel or EA pod mounted. •4. Range: West Coast aircraft must be capable of traveling to Hawaii with no external stores. •5. Mission Duration: 5 hours in slick configuration from takeoff to landing. •6. Configuration and Special Equipment: Aircraft shall be equipped with the applicable communication and navigation capability to operate in the U.S. National Air Space or foreign nation airspace requirements, as applicable. All aircraft must be capable of carrying and employing: a) A combination of any two of the following external stores simultaneously: ALQ-188, ALQ-167, ALE-43, AST-6, AST-9, LATR System, TCTS and P5CTS (P5 Combat Training System); b) One two-way tow reel (either RM-30 or MTR-101 or equivalent) or one of the tow reels and one of the pod options. The aircraft must be certified or certifiable to carry both types of tow reels plus any equivalent type provided by the Contractor as CFE. The Government will provide C-9492/ALQ Control Indicators and the USN UCB (standard and mini-UCB) for use with EA pods as appropriate. The aircraft must be configured to use either control box interchangeably; c) LAU7, ADU-299 adapters; d) All aircraft shall be configured with 2 Ultra High Frequency (UHF), 2 Very High Frequency (VHF) transceivers; Global Positioning System (GPS); Tactical Air Navigation (TACAN) and a permanently mounted Traffic Collision Avoidance System (TCAS) I or TCAS II system. TCAS will be installed in all aircraft no later than six months after contract award). •7. Additional Performance Criteria: Capable of over-water operations up to 250 NM from the nearest land; certified to fly in actual and forecast icing conditions. •8. The Contractor shall provide aircraft for minimum 7 simultaneous presentations on East Coast, 4 on West Coast; and minimum 2 simultaneous presentations of tow reels on each coast. •9. All Contractor personnel who have access to classified material during the performance of this anticipated contract shall have the appropriate security clearances. All Contractor aircrews and any other personnel who in the conduct of their normal work would be aboard the aircraft during a classified mission, including EA technicians, shall have SECRET security clearances. The North American Industry Classification System (NAICS) Code utilized for this acquisition is 481219. The Product Service Code (PSC) is V121. Response: Interested businesses shall submit responses electronically to NAVAIR Contract Specialist, Helen Choo, in Microsoft Word or Portable Document Format (PDF) at helen.choo@navy.mil no later than 2:00 pm Eastern Standard Time on 16 September 2016. No phone or email solicitations with regard to the status of the Request for Proposal (RFP) will be accepted prior to its release. Specific details will be provided in a solicitation which is anticipated to be released in the second quarter of 2017 at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested Businesses should submit a brief capabilities statement package (no more than five (5) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Capabilities documentation must address, as a minimum, the following: 1. Title Page: The capability package must be assembled with a title page containing the following information: Company name Company address Point of contact (including name, phone number, email address, and fax number) Cage code DUNS number Business size 2. Corporate Experience: Prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the requirements described herein. 3. Company Profile: Office location(s), annual revenue history, include number of employees, statement indicating business size and if company is small, small disadvantaged business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business (HUBZone), or 8 (a) business. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-16-R-0009/listing.html)
 
Place of Performance
Address: East Coast 50%: Newport News, VA, West Coast 40% San Diego, CA, United States
 
Record
SN04225834-W 20160818/160816235434-ed852c9f0196f0ef3fe361c4646b1862 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.