Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2022 SAM #7636
SPECIAL NOTICE

V -- STAND OFF JAMMING (SOJ) SERVICES FOR DEPARTMENT OF THE NAVY (DoN) FLEET TRAINING CONTRACTED AIR SERVICES (CAS)

Notice Date
10/25/2022 7:00:07 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
 
Solicitation Number
Stand-Off-Jamming-(SOJ)-CAS
 
Response Due
11/15/2022 8:00:00 AM
 
Archive Date
11/15/2022
 
Description
The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office (PMA-226), Contracted Air Services (CAS) is posting this Request For Information (RFI) to determine acquisition strategy for satisfying this requirement according to the attached Interface Reference Document (IRD). The requested services will provide contractor owned and operated aircraft to support Stand Off Jamming (SOJ) to the Department of the Navy (DoN) Fleet and test customers.� The aircraft are used to simulate a wide variety of airborne threats to train and test/evaluate shipboard and aircraft squadron weapon systems operators and aircrew on how to counter potential enemy Electronic Warfare (EW) operations in today�s Electronic Combat (EC) environment.� The responses to the RFI will be used to assist the Government in determining industries constraints and interest in the requirement. STATEMENT OF INTEREST AND CAPABILITIES PACKAGE: Interested Parties may identify their interest and capabilities in response to this RFI. Submission requirements are detailed below. The IRD attached to this RFI is for interested parties to use in the development of their capabilities statement package. If there are any questions about the IRD, or areas that may need further clarification, please identify those in the response.� All data received in response to this RFI, 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 eligibility to perform each of the services listed in the attached RAD 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 as registered under NAICS 481219 in the Systems of Acquisition (SAM), 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 $22.0M. 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 there are sources capable of satisfying the agency�s requirements.� Include related assumptions, issues, and risks associated with the following. Aircraft: Identify the aircraft you currently own by tail number and type capable of performing and meeting the SOJ requirements outlined in the IRD for services to support Fleet training.�Please provide a copy of the Federal Aviation Administration (FAA) Airworthiness certificate and Operating Limitations. Identify the individual elements of the SOJ aircraft requirements that your organization can or cannot meet by 1 January 2023. SOJ Aircraft Requirements: Explain in detail how your aircraft meets the SOJ IRD requirement. Provide a final test report that validates your proposed aircraft and SOJ equipment meet the provided IRD. US Navy airworthiness certifications (civil or public): Does the proposed aircraft and SOJ equipment possess current US Navy airworthiness Civil Aircraft Operations (CAO) or Public Aircraft Operations (PAO) Assessment for this type of SOJ requirement? Provide current copies of the US Navy CAOPAO airworthiness assessments. Interim Flight Clearance (IFC): Does the proposed SOJ aircraft possess a current Navy Interim Flight Clearance (IFC) or US Air Force (USAF) Military Flight Release (MFR) with the SOJ equipment? Provide current copies of the US Navy IFC. Contract Vehicle: Have you been awarded a current and active (non expired) contract that can perform these types of services?� If so, please provide the contract number and the Performance Work Statement?� Please provide the name and contact information for the Procurement Contracting Officer (PCO) or Contracting Officer Representative (COR) Security: 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 This RFI 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 RFI 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 RFI. 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. Rhonda Link rhonda.k.link.civ@us.navy.mil�no later than 11:00 am EST on 15 November 2022. All subsequent documents and publicly releasable information will reside on the System for Award Management (SAM). It is recommended that interested Offerors check the www.sam.gov frequently for any updates.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c868c9722204d3baa16b28075785c29/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06501896-F 20221027/221025230057 (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.