Maryland Bids > Bid Detail

Contracted Air Services (CAS), Electronic Warfare (EW) Jets

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159233304131538
Posted Date: May 2, 2023
Due Date: May 16, 2023
Solicitation No: N0042124R0003
Source: https://sam.gov/opp/3c8e855496...
Follow
Contracted Air Services (CAS), Electronic Warfare (EW) Jets
Active
Contract Opportunity
Notice ID
N0042124R0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 02, 2023 12:46 pm EDT
  • Original Response Date: May 16, 2023 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V121 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER
  • NAICS Code:
    • 481219 - Other Nonscheduled Air Transportation
  • Place of Performance:
    Patuxent River , MD 20670
    USA
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) Electronic Warfare (EW) 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 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/Banner Tow (TBT) missions.





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 Section 6.6 of the attached Performance-Based Work Statement (PBWS) during temporary periods of support and/or detachment. Typical missions include AIC, Air Defense and EW Presentations, Communications Relay, Test and Evaluation (T&E) Services, TBT Services and Unmanned Aerial System (UAS) Escort.





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 the phased Capability Stand Up model described in PBWS section 3.6, and in particular the number of months for each phase of stand up.

  2. CLIN Descriptions: Comment regarding the overall CLIN structure, and in particular;

    1. Stand Up CLINs 0001 trough 0004

    2. 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 sherona.thomas.civ@us.navy.mil, john.a.dijoseph4.civ@us.navy.mil and james.m.rhodes88.civ@us.navy.mil no later than 11:00 am EDT on 16 May 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 02, 2023 12:46 pm EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >