Maryland Bids > Bid Detail

Electronic Warfare (EW) Jet Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159891328585185
Posted Date: Jan 30, 2023
Due Date: Feb 20, 2023
Solicitation No: N00421-24-R-0003
Source: https://sam.gov/opp/8fb6fe01b9...
Follow
Electronic Warfare (EW) Jet Services
Active
Contract Opportunity
Notice ID
N00421-24-R-0003
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
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 30, 2023 08:30 am EST
  • Original Published Date: Jan 23, 2023 05:28 pm EST
  • Updated Response Date: Feb 20, 2023 05:00 pm EST
  • Original Response Date: Feb 20, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive 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 View Changes

The Naval Air Systems Command (NAVAIRSYSCOM) Program Manager Air (PMA-226) Specialized and Proven Aircraft Program Office, Contracted Air Services (CAS) Integrated Product Team (IPT) has a requirement for Contractor Owned Contractor Operated (COCO) 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. Customers for EW Jet services include Department of Defense (DoD) customers, agencies and services, non-DoD Government agencies, and Foreign Military Sales (FMS).



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 worldwide during temporary periods of support and/or detachment.



The EW Jet contract is anticipated to be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ). The resulting IDIQ contract will have an ordering period of 4 years and 364 days. This acquisition is anticipated to be issued as a Final Request for Proposal (RFP) on or about the fourth quarter of FY23. Please note that this is an estimated posting time, and it is the responsibility of the interested businesses to monitor the System for Award Management (SAM) website, https://sam.gov for all subsequent postings.



The purpose of this Sources Sought is to determine the acquisition strategy for satisfying this requirement according to the attached Aircraft Performance Requirements document. The results of the Sources Sought will be used to determine if unrestricted competition or Small Business opportunities exist. Upon evaluation of industry’s capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify subcontracting goals.



The anticipated North American Industry Classification System (NAICS) Code to be utilized for this acquisition is 481219. The Product Service Code (PSC) is V121. STATEMENT OF INTEREST AND CAPABILITIES PACKAGE:



Interested parties may identify their interest and capabilities in response to this Sources Sought notice. Submission requirements are detailed below. The document titled Aircraft Performance Requirements, attached to this Sources Sought notice, is for interested parties to use in the development of their capabilities statement package. Questions regarding the Aircraft Performance Requirements document may be provided in your capabilities statement package. All data received in response to this notice, 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 capability to perform each of the services listed in the attached document, Aircraft Performance Requirements, 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:



1. Company Name, Address and Points of Contact including name, telephone number, fax number, and email address.



2. Company Business Size as registered under NAICS code 481219 (at https://sam.gov), CAGE code, DUNS Number, and mailing address. Respondents to this notice also must indicate whether they are Large Business or if they are registered in https://sam.gov as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under NAICS code 481219 with a corresponding size standard of $25.0 million 3-years average annual receipts. If NAICS code 481219 is not included in your https://sam.gov profile, there must be at least one other NAICS code that indicates your company’s size status for a size standard of $25.0 million or greater 3-years average annual receipts.



3. Past Performance Experience: Prior/current 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. The NAICS code is 481219 and the corresponding size standard is $25.0M million 3-years average annual receipts.



5. Capabilities: This information will be used to determine if sources are capable of satisfying agency requirements. Include related assumptions, issues, and risks.



a. What is your proposed aircraft solution to meeting Aircraft Performance Requirements Table 3 for EA services? What is your estimated lead time to provide aircraft and to begin performing EA services?



b. What is your proposed aircraft solution to meeting Aircraft Performance Requirements Table 4 for TBT services? What is your estimated lead time to provide aircraft and to begin performing TBT services?



c. What is your proposed solution to meeting Aircraft Performance Requirements Table 4 TBT Aircraft Requirements specific to the tow reel?



d. What is your experience flying aircraft for the EA profiles that are identified in Table 1?



e. What is your experience flying aircraft for the TBT profiles that are identified in Table 2?



f. What is your proposed timeline for receiving a Navy Interim Flight Clearance (IFC) for Public Aircraft Operations (PAO)? Is this flight clearance timeline incorporated into your response to question 5a above?



g. What is your basing operation solution to meet EW Jet requirements on the east coast (west coast operation will be based at Naval Air Station (NAS) North Island)? What is your estimated lead time to secure an east coast basing location to support contract requirements?



h. What Federal Aviation Administration (FAA) waivers will you need to obtain to enable pilot training in preparation for performing:



- Target Tow Services



- Banner Tow Services



6. Additional Information: This information will be used to assist the Government to refine its requirements. Include related assumptions, issues, and risks.



a. What are the cost drivers do you anticipate to meet full performance of EW mission requirements for EA and TBT?



b. What cost risks do you anticipate to meet full performance requirements?



c. What are your proposed prices for monthly fixed costs, capability stand up, and flight minutes? Please provide individual responses for each price proposed.



d. What is your forecast related to staffing level for both flight crews and maintenance personnel?



e. What technical risks do you anticipate? Please be specific.



f. Provide current copies of the US Navy airworthiness assessment Civil Aircraft Operations (CAO) or PAO assessment, if applicable.



g. Provide current copies of the US Navy IFC(s) for the proposed aircraft, if applicable.



h. Do you currently possess a “Secret” Facility Clearance and “Secret” Safeguarding capability?



7. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is registered in https://sam.gov as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern, provide an explanation of your company’s ability to perform at least 50% of the tasking for the proposed contract as the prime.



8. Include in your response your ability to possess and maintain minimum secret level facility clearance.



Note: Vendors may also submit any additional non-proprietary questions via email to sherona.thomas.civ@us.navy.mil, john.a.dijoseph4.civ@us.navy.mil and rhonda.k.link.civ@us.navy.mil prior to response due date. If time allows, the Government will address these questions prior to the due date.



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 Sources Sought 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 notice. 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 rhonda.k.link.civ@us.navy.mil in Microsoft Word or Portable Document Format (PDF) no later than 11:00 am EST on 20 February 2023.



All subsequent documents and publically releasable information will reside on SAM. It is recommended that interested businesses check the https://sam.gov frequently for any updates.



Update 30 January 2023 - The Aircraft Performance Requirement PDF has been updated with revision 1 to correct formatting issues.


Attachments/Links
Contact Information View Changes
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

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 >