SPECIAL NOTICE
V -- Contracted Air Services, Airborne Range Support Services
- Notice Date
- 1/8/2020 10:09:41 AM
- Notice Type
- Special Notice
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Response Due
- 1/22/2020 8:00:00 AM
- Archive Date
- 02/06/2020
- Point of Contact
- Brad Dioguardo, Phone: 301-757-3273, David Silverstone, Phone: 301-757-2528
- E-Mail Address
-
brad.dioguardo@navy.mil, david.silverstone@navy.mil
(brad.dioguardo@navy.mil, david.silverstone@navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office (PMA-226), Contracted Air Services (CAS) program is issuing a special notice for the sole source contract for Airborne Range Support Services (ARSS) requirement. Please be advised that a competitive follow-on procurement is ongoing with a planned award in 3rd quarter FY 20 having standup capability period not-to-exceed 18-months. At this time, the incumbent is the only known ARSS source, with approved aircraft, that has the required Navy Interim Flight Clearance (IFC), Point Mugu Sea Range (PMSR) Range Support and Clearance (RS&C) and Telemetry (TM) Test Range certification and Federal Aviation Administration (FAA) Airworthiness Certificates, capable of performance during this ordering period without an unacceptable delay or disruption to the Fleet.� This support is critical in providing ARSS to the United States Navy (USN) Fleet and Test & Evaluation community. The synopsis will provide notice of the proposed contract action and be used to determine if sources are capable of satisfying the agency�s requirements without an unacceptable delay or disruption to the Fleet or only one responsible source exist and no other supplies or services will satisfy agency requirements. Special Notice: The proposed contract action is for services for which the Naval Air Warfare Center Aircraft Division (NAWC-AD) intends to solicit and negotiate with only one source under the statutory authority of 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The ARSS program provides contractor owned and operated aircraft to the Department of the Navy (DoN) for Fleet Training and Test Customers for RS&C and TM capabilities to support a variety of testing. Aircraft performance requirements include subsurface, surface, and air testing with a number of multi-service projects for the Research, Development, Test and Evaluation (RDT&E) community at PMSR, CA.; Pacific Missile Range Facility (PMRF), HI.; and Eglin Air Force Base (AFB) Test & Training Complex, FL. NAWC-AD intends to award a sole source Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to Phoenix Air Group (PAG) for a base, 12-month period with two 6-month option periods from 4/17/2020 to 4/16/2022. This notice is not a request for proposals; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Agency.� A determination by the Government not to compete this requirement based upon responses received as a result of this synopsis is solely within the discretion of the Government. Statement of interest and capabilities package: Interested Parties may identify their interest and capabilities in response to this synopsis, submission requirements detailed below. The Performance Based Work Statement (PBWS) attached to this synopsis is for interested parties use in the development of their capabilities statement package. If there are any questions about the PBWS, or areas that may need further definition, please identify those in the response. All data received in response to this synopsis, 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 pitch) demonstrating their eligibility to perform each of the services listed in the attached PBWS to the contracting office. Documentation should be in bullet format. All responses must be sufficient to permit agency analysis to determine capability to meet 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, CAGE code, DUNS Number, and mailing address. 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.� This requirement is being procured under the Product Service Code (PSC) V121. The applicable North American Industry Classification System (NAICS) code is 481219 and the size standard is $15.0M. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Capabilities:� This information will be used to determine if sources are capable of satisfying the agency�s requirements without an unacceptable delay or disruption to the Fleet.� Include related assumptions, issues, and risks associated with the following. Aircraft.� Identify the aircraft currently available by tail number and type capable of performing as of 01 January 2020 and meeting ARSS requirements outlined in the PBWS for both RS&C and TM Missions.� RS&C Does the proposed RS&C aircraft possess a current PMSR Range Certification? Provide final PMSR range test report stating aircraft performance and required equipment, meet the PBWS requirements. TM Does the proposed TM aircraft possess a current PMSR TM Range Certification? Provide final PMSR range test report stating aircraft performance and required equipment, meet the PBWS requirements. US Navy airworthiness certifications (civil or public). Does the proposed aircraft possess current US Navy airworthiness certifications? Provide current copies of the US Navy airworthiness certifications. IFCs. Do the proposed aircraft possess current IFCs? Provide current copies of IFCs. Basing and Maintenance. Do you currently possess a �Secret� Facility Clearance and �Secret� Safeguarding capability? DD Form 254 Contract Security Classification Specification will apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a �Secret� Facility Clearance and �Secret� Safeguarding capability. 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 synopsis 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 synopsis. All information released in this announcement is considered a DRAFT and for informational purposes only. Responses: Interested Parties shall submit responses electronically via Microsoft Word or Portable Document Format (PDF) to Mr. Brad Dioguardo, Brad.Dioguardo@navy.mil and Mr. Dave Silverstone, David.Silverstone@navy.mil no later than 11:00 am EST on 22 January 2022. Ultimately, all questions and responses will be posted to Beta.SAM.gov. All subsequent documents and publicly releasable information will reside on the System for Award Management (SAM). It is recommended that interested Offerors check the SAM site frequently for any updates. Primary Point of Contact: Brad Dioguardo, Contract Specialist Brad.Dioguardo@navy.mil Phone: (301) 757-3273 Secondary Point of Contact: David Silverstone, Contracting Officer david.silverstone@navy.mil Phone: (301)-757-2528 Contracting Office Address: Building 3272 21983 Bundy Road Unit 7 Patuxent River, Maryland 20670 United States
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/02f75883ac9d4b3c8abd82a4a8bd8c19/view)
- Record
- SN05529705-F 20200110/200109133752 (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 |