Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2023 SAM #7984
SOURCES SOUGHT

V -- USNTPS Jet Training System

Notice Date
10/5/2023 12:16:36 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
USNTPS-T38C
 
Response Due
12/4/2023 8:00:00 AM
 
Archive Date
12/19/2023
 
Point of Contact
Brad Dioguardo, CATRINA VITEZ, Phone: 3017578960
 
E-Mail Address
bradley.dioguardo.civ@us.navy.mil, CATRINA.M.VITEZ.civ@US.NAVY.MIL
(bradley.dioguardo.civ@us.navy.mil, CATRINA.M.VITEZ.civ@US.NAVY.MIL)
 
Description
The Naval Air Warfare Center Aircraft Division (NAWC-AD) Specialized and Proven Aircraft Program Office (PMA-226) is seeking information regarding industry�s ability to provide aircraft in sufficient quantity as well as to provide Contractor logistical support (e.g. aircraft maintenance, aircraft launch and recovery, training, publications, peculiar support equipment, �etc.) on site in Government provided facilities to be used as a key tool for future Test Pilot, Flight Test Engineer and Systems Test Expert training at the United States Naval Test Pilot School (USNTPS). The aircraft at USNTPS is unofficially being called the Jet Training System (JTS). The JTS is considered a graduate-level trainer and be able to fulfill the requirements set forth in the USNTPS fixed-wing syllabus, to include on-deck and airborne handling/flying qualities, performance, and mission systems testing. The Government is seeking a Contractor Owned Government Operated solution that will meet the requirements below and in Enclosure (1) �USNTPS Jet Training System Requirements.� REQUIREMENTS: The Contractor shall be able to field and operate the first aircraft by 1st Quarter, FY27. In general, the aircraft will be required daily in order to support a total of, approximately, no less than 1,000 hours per fiscal year (to support no fewer than three simultaneous sorties, an average of 15 sorties per standard 5-day week). The Contractor shall also assist USNTPS Aircrew and Systems subject matter experts in developing initial and recurring training to qualify USNTPS flight instructors and students to operate as Aircraft Commanders. The Contractor shall also provide continuous life cycle support for mission computer software, flight publications, maintenance publications, and mission planning systems as well as provide engineering support and data to NAVAIR for generating any required Navy Interim Flight Clearances for basic aircraft operations, instrumentation, and mission systems. The purpose of this Sources Sought (SS) is to determine the acquisition strategy for satisfying this requirement according to the Enclosure (1) �USNTPS Jet Training System Requirements.� The results of this Sources Sought will be used to determine if unrestricted competition or Small Business opportunities exist.� Upon evaluation of industry�s capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify subcontracting goals. The anticipated North American Industry Classification System (NAICS) Code to be utilized for this acquisition is 336411 Aircraft Manufacturing. The Product Service Code (PSC) is V121. STATEMENT OF INTEREST AND CAPABILITIES PACKAGE Interested parties may identify their interest and capabilities in response to this Sources Sought notice. Submission requirements are detailed below. Questions regarding Enclosure (1) �USNTPS Jet Training System Requirements� may be provided in your capabilities statement package. All data received in response to this notice, marked or designated as corporate or proprietary, will be 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 parties should submit a brief capabilities statement package (no more than fifty (50) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 12 point) demonstrating their capability to perform each of the services listed in this sources sought, to the contracting office. This documentation must address, at a minimum, the following items: Briefly identify your company�s design and development experience, production capability, and capacity to deliver the requirements set forth in this source sought. What is your proposed aircraft solution to meet the requirements set forth it Enclosure (1) �USNTPS Jet Training System Requirements�? Respondents to this notice must also indicate whether they are a large business or qualify as a Small Business concern, Veteran-owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), 8(a), Historically Underutilized Business Zone (HUBZone) small business concern or Service-Disabled Veteran Owned Small Business Concern. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is registered in https://sam.gov as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern, provide an explanation of your company�s ability to perform at least 50% of the tasking for the proposed contract as the prime. What specific technical skills does your company possess which ensures your capability to perform the tasks requested in this sources sought? Provide a description of potential technical/system solutions and Rough Orders of Magnitude that address the required and desired capabilities. Include in your response your ability to possess and maintain minimum secret level facility clearance. SUBMISSION DETAILS Capability statements in response to this sources sought must be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email, to Brad Dioguardo, bradley.dioguardo.civ@us.navy.mil and Catrina Farrell, catrina.m.vitez.civ@us.navy.mil. The deadline for capability statement submission is 04 December 2023 at 11:00AM. All subsequent documents and publically releasable information will reside on SAM.gov. It is recommended that interested business check https://sam.gov frequently for any updates. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b7739f1830f4ce0a001284fd4a2c265/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06854685-F 20231007/231005230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.