SPECIAL NOTICE
V -- Contracted Air Services (CAS) Stand Off Jamming (SOJ) Jet Services
- Notice Date
- 5/16/2023 7:28:35 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
- N0042124R0002
- Response Due
- 5/25/2023 8:00:00 AM
- Point of Contact
- Brad Dioguardo, Shane Dalpiaz
- E-Mail Address
-
bradley.dioguardo.civ@us.navy.mil, shane.m.dalpiaz.civ@us.navy.mil
(bradley.dioguardo.civ@us.navy.mil, shane.m.dalpiaz.civ@us.navy.mil)
- Description
- Specific details will be provided in a solicitation which will be posted at https://www.sam.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. The Naval Air Warfare Center - Aircraft Division (NAWCAD), at Patuxent River, MD announces its intention to procure a follow-on requirement, on a competitive basis, for Contractor Owned Contractor Operated (COCO) Stand-Off Jamming (SOJ) Jet services. These 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 SOJ 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. Performance locations include multiple Continental United States (CONUS) sites and foreign or remote operating bases Outside Continental United States (OCONUS). Aircraft will predominantly operate from designated or home bases on the East Coast and West Coast CONUS or from any operating site identified in Appendix C of the attached Performance-Based Work Statement (PBWS) during temporary periods of support and/or detachment. Typical missions include EA Jamming, Air Defense and EW Presentations, Communications Relay Services, Communication Intrusion, and Own Force Monitoring Services (OFM) Services. Based on the results of Market Research and the Sources Sought posted on 23 January 2023, the Government anticipates issuing a four-year 364 day competitive, Firm Fixed Price, full and open solicitation in July 2023. A Best Value, Full Trade Off source selection is anticipated. This requirement is a follow-on procurement currently being performed by Strategic Airborne Operations JV, LLC (SAO), 305 Cherokee Drive, Newport News, VA 23602-4437. The existing contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. A single award IDIQ contract is estimated be awarded in second quarter FY 2024. The NAICS for this requirement is 481219 with a corresponding size standard of $25.0 million 3-years average annual receipts. Interested companies are asked to review the attached PBWS and CLIN Descriptions and submit any comments or questions using the attached Industry Q&A Form. Additionally, interested companies are requested to respond to the following: 1. PBWS: Please comment on overall PBWS requirements, and in particular, the phased Capability Stand Up model described in PBWS section 3.3, and the number of months for each phase of stand up. 2. CLIN Descriptions: Comment regarding the overall CLIN structure, and in particular; a) Stand Up CLINs 0001 through 0002 b) Firm Fixed Price (FFP) Not To Exceed (NTE) values This Notice of Intent / Synopsis is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. 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 bradley.dioguardo.civ@us.navy.mil, shane.m.dalpiaz.civ@us.navy.mil and james.m.rhodes88.civ@us.navy.mil no later than 11:00 am EDT on 25 May 2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/96f136d5637a419e9dce44b16886848a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06683550-F 20230518/230517212019 (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 |