SOURCES SOUGHT
V -- FIGHTER JET SERVICES - Performance Requirement
- Notice Date
- 10/30/2018
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-19-R-0011
- Archive Date
- 12/12/2018
- Point of Contact
- EBES OLUMESE, Phone: 3017575247, David Silverstone, Phone: 30175772528
- E-Mail Address
-
EBES.OLUMESE@NAVY.MIL, david.silverstone@navy.mil
(EBES.OLUMESE@NAVY.MIL, david.silverstone@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 in early 2019. Contractors are encouraged to inform the Government of any potential barriers that inhibit competition. Description: The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program (PMA-226), Contracted Air Services (CAS), Marine Corp Air Station (MCAS) Cherry Point, NC announces its intent to procure, on a competitive basis, Fleet Fighter Jet Services. The Fleet Fighter Jet program provides 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. Locations include multiple continental United States (CONUS) sites and foreign and remote operating bases outside the continental United States (OCONUS). The government anticipates award of a Multiple Award Contract (MAC) Indefinite-Delivery/Indefinite- Quantity (IDIQ) contract. The planned period of performance is to include up to a ten year ordering period. The Government expects to make an award on or about the second quarter of FY20. This acquisition will be issued as a Draft Request for Proposal (RFP) on or about the third quarter of FY19. Please note this is an estimated posting time, and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website/FedBizOpps for all subsequent postings. Appendices and other documents are still in development and the government may post draft versions as they become available. 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 for response to the sources sought : Respondents to this Sources Sought should describe their ability to support the requirements delineated in the DRAFT Performance Requirements Document (attached) of this sources sought. The anticipated North American Industry Classification System (NAICS) Code utilized for this acquisition is 488190. The Product Service Code (PSC) is V121. Response : Interested businesses shall submit a capability statement in response to this sources sought electronically to ebes.olumese@navy.mil and Sherry Kelly at sherry.l.kelly1@navy.mil, in Microsoft Word or Portable Document Format (PDF) no later than 3:00 pm Eastern Daylight Time on 27 November 2018. 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 draft solicitation which is anticipated to be released on or about the third quarter of FY2019 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. The capabilities statement package (no more than fifteen (15) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) shall be provided demonstrating the ability to perform the services listed in this notice. 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 your company performed as 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. Note: Offerors responding to this notice as a small business concern must be certified and qualified as a small business under NAICS 488190, registered in the System for Award Management (SAM) and certified in Online Representations and Certifications Application as a small business concern. 4. Capabilities: This information will be used to develop options and to shape any resulting acquisition strategy. Include related assumptions, issues, and risks, as well as associated costs. a. Aircraft (1) Identify aircraft to meet the performance capabilities for a wide variety of airborne threat simulations. Identify the type/model/series of aircraft which would be used for the service. Describe how the proposed aircraft are configured to meet the requirements. (2) 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?. (3) D iscuss any airworthiness certifications (civil or public) received. Actual backup or substantiation documentation is not required or desired at this time. b. Basing and Maintenance (1) Discuss plans and concerns associated with basing and supporting contract aircraft. (2) 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? (3) 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.? (4) Describe your aircraft/component life tracking process. (5) Do you have established flight and ground operating procedures? (6) Describe your capability to provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the desired training. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. It is recommended that interested vendors continue to monitor FedBizOpps over the next few weeks for additional information relating to Solicitation No. N00421-19-R-0011. Attachments Attachment (1) - Draft Requirements Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-19-R-0011/listing.html)
- Record
- SN05138335-W 20181101/181030230737-564aaedff3b129a9ade2952252acf99c (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 |