SOURCES SOUGHT
V -- N00421-26-R-0002
- Notice Date
- 5/8/2025 11:02:42 AM
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-26-R-0002
- Response Due
- 5/22/2025 8:00:00 AM
- Archive Date
- 06/06/2025
- Point of Contact
- Sherona Thomas, David Silverstone
- E-Mail Address
-
sherona.thomas.civ@us.navy.mil, david.s.silverstone.civ@us.navy.mil
(sherona.thomas.civ@us.navy.mil, david.s.silverstone.civ@us.navy.mil)
- Description
- Pacific Missile Range Facility (PMRF), Kauai, Hawaii (HI) has a requirement for Contracted Air Services (CAS) in support of the PMRF range. Due to the United States Navy�s (USN) H-3 helicopters being removed from inventory, Contractor Owned Contractor Operated (COCO) commercial assets replaced military helicopters. Tasking for the COCO assets will include but is not limited to target recovery, visual surveillance, range clearing, transport of military/Government personnel to/from ships or shore facilities, movement of hazardous material (ordinance), and when required, firefighting support. The contractor shall provide flight crews with the requisite skills for the required tasking. In addition, during the standard missions the contractor shall provide support to various USN Fleet training requirements and modify the aircraft utilizing Federal Aviation Administration (FAA) Supplemental Type Certificate (STC) or Designated Engineering Representative/Designated Airworthiness Representative (DER/DAR) Airworthiness certification. The contractor shall provide a wide variety of airborne capabilities, using COCO aircraft, to include, but not limited to, training assistance, supply, and support for shipboard and aircraft groups and personnel operating in the Hawaiian Operating Area (OPAREA). The contractor shall operate aircraft primarily from Barking Sands, Kauai, HI. However, from time-to-time aircraft basing may change due to emerging USN requirements as they pertain to the OPAREA. Services furnished under this contract may include, but are not limited to, support of the USN, other Department of Defense (DoD) departments, agencies and services, non-DoD Government agencies, and Foreign Military Sales (FMS) customers. This will be a �dry� contract. Except as provided elsewhere herein, the contractor shall not be expected to purchase fuel. The PMRF Helicopters contract is anticipated to be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ). The resulting IDIQ contract will have an ordering period of 4 years and 364 days. This acquisition will be issued as a Final Request for Proposal (RFP) on or about the 4th quarter of FY25. Please note that this is an estimated posting time, and it is the responsibility of the interested businesses to monitor the System for Award Management (SAM) website, https://sam.gov for all subsequent postings. The purpose of this Sources Sought is to determine the acquisition strategy for satisfying this requirement according to the attached Draft PWS. The results of the 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 481219. 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. The document titled Draft PWS, attached to this Sources Sought notice, is for interested parties to use in the development of their capabilities statement package. Questions regarding the Draft PWS document 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 ten (10) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 point) demonstrating their capability to perform each of the services listed in the attached document, Draft PWS, to the contracting office. Documentation should be in bullet format. All responses must be sufficient to permit agency analysis to determine capability to meet the timeline of this requirement. This documentation must address, at a minimum, the following items: Company Name, Address and Points of Contact including name, telephone number, fax number, and email address. Company Business Size as registered under NAICS code 481219 (at https://sam.gov), CAGE code, DUNS Number, and mailing address. Respondents to this notice also must indicate whether they are Large Business or if they are registered in https://sam.gov as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service- Disabled Veteran-Owned Small Business Concern under NAICS code 481219 with a corresponding size standard of $25.0 million 3-years average annual receipts. If NAICS code 481219 is not included in your https://sam.gov profile, there must be at least one other NAICS code that indicates your company�s size status for a size standard of $25.0 million or greater 3-years average annual receipts. 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. 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. The NAICS code is 481219 and the corresponding size standard is $25.0M million 3-years average annual receipts. Capabilities: This information will be used to determine if sources are capable of satisfying agency requirements. Include related assumptions, issues, and risks. What is your proposed aircraft solution to meet the Navy�s helicopters Medium and Heavy lift service requirements? What is your estimated lead time to meet stand up requirements listed in section 3.2 of the Draft PWS for all proposed aircraft and PMRF Helicopters service requirements? Is six months accurate, or should it be longer or shorter duration? What specific technical skills and personnel structure does your company possess which ensure capability to perform the tasks? Please be specific. Does the proposed aircraft(s) possess current US Navy airworthiness Civil Aircraft Operations (CAO) or Public Aircraft Operations (PAO) assessment? Provide current copies of the US Navy airworthiness assessment, if applicable. Do the proposed aircraft(s) possess a current Navy Interim Flight Clearances(s) for this type of range clearing requirement? Provide current copies of the US Navy IFC(s) that are similar to this range clearing requirement. Do you currently possess a �Secret� Facility Clearance and �Secret� Safeguarding capability? Do you have an approved Air Mobility Command Carrier Air Review Board certification for the proposed helicopters? If so, please provide documentation of the certification? For your proposed aircraft solution, do you believe that your Federal Aviation Administration (FAA) approvals will cover 100% of the Draft PWS helicopter services requirements? Please explain. If not covered via (FAA) approvals, what portion will need to be covered via Government oversight as Public Aircraft Operations? 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. Include in your response your ability to possess and maintain minimum secret level facility clearance. Note: Vendors may also submit any additional non-proprietary questions via email sherona.thomas.civ@us.navy.mil, shane.m.dalpiaz.civ@us.navy.mil and rhonda.k.link.civ@us.navy.mil prior to response due date. If time allows, the Government will address these questions prior to the due date. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Respondent costs in response to this Sources Sought are not an allowable direct charge to the Government; therefore, NAVAIR will not assume liability for any costs incurred for preparation of responses to this notice. All information released in this announcement is considered a DRAFT and for informational purposes only. Information released in draft form is not a guarantee of the Government�s course of action in proceeding with the project or future contract award. Information released in the draft form reflects current Government intentions and is subject to change based on a variety of circumstances, including both internal and external comments; and the formal solicitation is the only document that should be relied upon in determining the Government�s requirements. Interested businesses shall submit responses electronically to sherona.thomas.civ@us.navy.mil, shane.m.dalpiaz.civ@us.navy.mil and rhonda.k.link.civ@us.navy.mil in Microsoft Word or Portable Document Format (PDF) no later than 11:00 am EDT on 22 May 2025. All subsequent documents and publicly releasable information will reside on SAM. It is recommended that interested businesses check the https://sam.gov frequently for any updates.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/10df94d3f1544a2387bc65206a4ee594/view)
- Place of Performance
- Address: Kekaha, HI 96752, USA
- Zip Code: 96752
- Country: USA
- Zip Code: 96752
- Record
- SN07437084-F 20250510/250508230058 (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 |