Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2020 SAM #6709
SPECIAL NOTICE

V -- Notice of Intent - Contracted Air Services (CAS) Fighter Jets

Notice Date
4/10/2020 4:15:19 AM
 
Notice Type
Special Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-20-R-0007
 
Response Due
4/24/2020 8:00:00 AM
 
Archive Date
05/09/2020
 
Point of Contact
Catrina Vitez, Contract Specialist, Phone: 3017578960, Bret Middleton, Contracting Officer, Phone: 3017577136
 
E-Mail Address
catrina.vitez@navy.mil, brett.middleton@navy.mil
(catrina.vitez@navy.mil, brett.middleton@navy.mil)
 
Description
Notice of Intent to Sole Source Contracted Air Services (CAS), Fighter Jet Services 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 of intent to issue a sole source contract for Fighter Jet (FJ) Services. Please be advised that a competitive follow-on procurement is ongoing with planned award in 1st quarter of FY 21 and that solicitation contains a standup capability period not-to-exceed 6-months. �At this time, the incumbent is the only known source for the FJ Services Navy specific requirements with approved aircraft that have the required Navy Interim Flight Clearance (IFC) authorizing all configurations and flight envelopes required, and Federal Aviation Administration (FAA) Airworthiness Certificates and that are capable of performing during the defined ordering period without an unacceptable delay or disruption to the Fleet. This support is critical in providing FJ Services to the United States Navy (USN) Fleet and Test & Evaluation community. This synopsis will provide notice of the proposed contract action and be used to determine if other sources are capable of satisfying the agency�s requirements, without an unacceptable delay or disruption to the Fleet; or that only one responsible source exists and no other supplies or services will satisfy agency requirements. 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. 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. This acquisition provides Fighter Jet CAS via contractor owned and operated aircraft to the Department of the Navy (DoN) Fleet customers for a wide variety of airborne threat simulation capabilities. The aircraft are used to train shipboard / aircraft squadrons, weapon systems operators, and aircrew counter measures for 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 Continental United States (CONUS) sites and foreign or remote operating bases Outside Continental United States (OCONUS). Aircraft operate from designated or home bases on the East Coast, West Coast, Hawaii, Japan and from any operating site worldwide during periods of deployment. Other customers for CAS under this contract may include other Department of Defense (DoD) agencies and services, non-DoD Government agencies, and Foreign Military Sales (FMS) customers. NAWC-AD intends to award a sole source Firm Fixed Price (FFP) and Cost Indefinite Delivery Indefinite Quantity (IDIQ) contract to Airborne Tactical Advantage Company (ATAC) for a six-month base ordering period with two three-month option periods from 02 November 2020 through 01 November 2021. �The period of performance of this contract ensures that the Government does not have a lapse in service while the competitive follow-on contract (N0042119R0011) is being procured and the successful offeror establishes their capability. Statement of interest and capabilities package: Interested Parties may identify their interest and capabilities in response to this synopsis. Submission requirements are detailed below. The information contained within this synopsis is provided for interested parties to utilize in the development of their capabilities statement package. If there are any questions about the information contained within, 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 twenty (20) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 point font size) demonstrating their eligibility to perform each of the services defined below. 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: 1. Company Name, Address and Points of Contact including name, telephone number, fax number, and email address. 2. Company Business Size, CAGE code, DUNS Number, and mailing address. 3. 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. 4. 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 488190 and the size standard is $35M. Businesses of all sizes are encouraged to respond. 5. 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 responses showing capabilities to perform the below, any related assumptions, issues, and risks associated with the following, along with an Integrated Master Schedule (IMS) showing how the approach would be executed in order to meet the Government�s required timeline for services. 5.1 Aircrew: 5.1.1 Identify the quantity of pilots currently employed by the company that would be available to operate aircraft in support of these requirements, possessing an FAA Letter of Authorization (LOA) in the aircraft available to perform the requirements. Pilot in Command (PIC) shall be instrument Flight Rule (IFR) qualified and hold a commercial instrument rating for all DoD flights regardless of the weather or type of flight plan filed.� Pilots shall possess an FAA Commercial Pilot License with current medical rating.� Pilots shall have military tactical flying experience (1200 hours of Tactical Air (TACAIR)).� Pilots shall have a minimum of 1200 hours total pilot time and shall have logged 100 hours PIC in the past 12 months.� Pilots shall have at least 10 takeoffs and 10 landings, and 20 hours in the type and model aircraft planned to be operated in support of the Navy�s requirements. 5.2 �Maintenance and Logistics Personnel: � 5.2.1 Identify the quantity of aircraft maintenance and logistics personnel employed by the company that would be available to support the Navy�s requirements. � 5.3 Aircraft: � 5.3.1 Identify the aircraft currently available by tail number and type capable of performing these services and that meet specific FJ requirements outlined below for both Type III and IV aircraft performance characteristics and missions.� Note that Type III and Type IV aircraft must be distinctly different airframes. � 5.3.2 Each aircraft must be capable and approved of carrying and employing a combination of any two (2) of the following external stores simultaneously: ALQ-167, AST-6, AST-9, Large Area Tracking Range (LATR), P5 Combat Training System (P5CTS), Tactical Combat Training systems (TCTS), or other current EA, ES, and Tracking pods. � 5.3.3�Type III: High Subsonic Capability Aircraft.� Minimum Number of Aircraft required for Simultaneous Presentation: East Coast � five (5), West Coast- five (5), Hawaii- two (2), and Japan- two (2).� Flight time scheduling capacity up to 4,700 Flight Hours per year with potential of scheduling daily.� Each Type III aircraft, in mission configuration while employing a store combination as listed in paragraph 5.2.2, must meet the following performance criteria: � 5.3.3.1 Speed and Altitude:� With external stores, no less than 400 Knots True Air Speed (KTAS) at sea level and Mach 0.85 at altitude at maximum gross weight. 5.3.3.2 Ceiling: 35,000 feet MSL. 5.3.3.3 Turn:� 6.0 G 180 degree turn at corner velocity below 15,000 feet MSL. 5.3.3.4 Range:� 1,200 NM OCONUS with IFR fuel reserves at zero wind un-refueled in ferry configuration.� 800 NM CONUS with IFR fuel reserves at zero wind un-refueled in ferry configuration. 5.3.3.5 Minimum Take-off to landing duration time:� 2.0 hours at optimum loiter.� Where available, external tanks may be used to achieve airborne time. 5.3.3.6 Configuration and Special Equipment: a. Every Type III mission-capable aircraft shall be able to perform the basic and external stores missions.� The aircraft shall have a minimum of 2 hard-point stations wired for carrying pods. b. Each aircraft shall have operational ejection seats with FAA accepted training and maintenance program. c. Each aircraft shall have permanently installed TSO-C147-compliant Traffic Advisory System (TAS) or Traffic Collision Avoidance System (TCAS) that possesses these capabilities, or better: 20nm range, �10,000 ft. vertical range, ability to track up to 50 targets, voice annunciation, and active interrogation via Transponder Mode C Code. d. Each aircraft must meet FAA ADS-B Out requirements, shall have at least one (1) type of FAA-approved navigation equipment such as an automatic direction finder (ADF) receiver system, with ADF indicator; Very high frequency Omni directional Range (VOR); global positioning system (GPS), etc.� e. Possess at least one (1) Very High Frequency (VHF) radio. f. Possess at least two (2) Ultra High Frequency (UHF) radios. g. Capable to carry and employ use of the Air-to-Air Tactical Air Navigation (TACAN). h. Capable to carry and employ use of LAU7. i. Capable to carry and employ use of the RM-30 Tow Reel. j. Tactical maneuvering through a maximum of 180 degrees of turn within the visual arena with blue aircraft. k. The Type III aircraft shall be able to routinely execute the following flight profile:� Launch from operating base with an AST or ALQ POD and LATR or TCTS POD, fly 60 mile transit to OPAREA, loiter for 15 minutes, provide a 3-minute ingress presentation at max power at 22,000 MSL, loiter again for 15 minutes, provide a 3-minute off-target presentation at maximum power at 22,000 MSL, and 100 miles return to base (RTB) with IFR fuel reserves. 5.3.4 Type IV: Supersonic Capability Aircraft. Minimum Number of Aircraft required for Simultaneous Presentation: East Coast � two (2), West Coast- (2).� Flight time scheduling capacity up to 2,500 Flight Hours per year with potential of scheduling daily.� Each Type IV aircraft, in mission configuration while employing a store combination as listed in paragraph 5.2.2, must meet the following performance criteria: 5.3.4.1 Speed and Altitude: a. Mach 1.3 at optimum altitude without pods and in a configuration that meets the ""Minimum Take-off to landing duration time"" requirement. b. Mach 1.1 at optimum altitude with two pods and in a configuration that meets the ""Minimum Take-off to landing duration time"" requirement. 5.3.4.2 Ceiling: 40,000 feet MSL with two pods. 5.3.4.3 Turn: 6.0 G 180 degree turn at corner velocity below 15,000 feet MSL. 5.3.4.4 Minimum Take-off to landing duration time: 2.0 hours at optimum altitude and maximum endurance speed.� Where available, external tanks may be used to achieve airborne time. 5.3.4.5 Configuration and Special Equipment: a. All Type IV mission-capable aircraft shall be able to perform the basic and external stores missions.� The aircraft will have two hard-point stations wired for carrying pods (see APPENDIX 2).�� b. Operational ejection seats with FAA accepted training and maintenance program.� c. Must meet FAA ADS-B Out requirements, have permanently installed TSO-C147-compliant Traffic Advisory System (TAS) or Traffic Collision Avoidance System (TCAS) that possesses these capabilities, or better: 20nm range, �10,000 ft. vertical range, ability to track up to 50 targets, voice annunciation, and active interrogation via Transponder Mode C Code. d. At least one (1) type of FAA-approved navigation equipment such as an Automatic Direction Finder (ADF) receiver system, with ADF indicator; Very high frequency Omni directional Range (VOR); Global Positioning System (GPS), etc.� e. Possess at least one (1) Very High Frequency (VHF) radio. f. Possess at least two (2) Ultra High Frequency (UHF) radios. g. Capable to carry and employ use of Air-to-Air Tactical Air Navigation (TACAN). h. Capable to carry and employ use of LAU7. i. Tactical maneuvering through a maximum of 180 degrees of turn within the visual arena with blue aircraft.� This maneuver may be offense or defensive in nature. j. The Type IV aircraft must be able of routinely executing the following flight profile:�� Launch from operating base with one AST or ALQ POD and LATR or TCTS POD, fly 60 mile transit to OPAREA, perform Mach 1.1 dash for 75 miles at 22,000 ft. MSL, followed by 0.8 Indicated Mach Number (IMN), 100 miles RTB with IFR fuel reserves. 5.4 Airworthiness Certifications (Civil Airworthiness Operations and Public Airworthiness Operations): � 5.4.1 Do the proposed aircraft possess current FAA Airworthiness Certificates (CAO)? 5.4.2 If so, provide current copies of FAA Certificates. 5.4.3 Do the proposed aircraft possess current Interim Flight Clearances (PAO)? 5.4.4 If so, provide current copies of IFCs. � 5.5 Other Requirements. � 5.5.1 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 does not constitute a Request for Proposal (RFP), a promise to issue an RFP in the future, nor a commitment of any kind on the part of the Government. This notice does not commit the Government to award a contract as a result of this announcement. 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. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI notice. All costs associated with responding to this RFI will be solely at the expense of the interested party. �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 Ms. Catrina Vitez, catrina.vitez@navy.mil and Mr. Bret Middleton, brett.middleton@navy.mil no later than 11:00 am EST on 24 April 2020. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a900567f7d849e5a0911431d89bc13f/view)
 
Place of Performance
Address: Cherry Point, NC, USA
Country: USA
 
Record
SN05617390-F 20200412/200410230142 (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.