Maryland Bids > Bid Detail

Naval Test Wing Atlantic Aircrew Support Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159952559438503
Posted Date: Apr 6, 2023
Due Date: Apr 20, 2023
Solicitation No: N00421-23-RFPREQ-51000MA-0009
Source: https://sam.gov/opp/5437b3b405...
Follow
Naval Test Wing Atlantic Aircrew Support Services
Active
Contract Opportunity
Notice ID
N00421-23-RFPREQ-51000MA-0009
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 06, 2023 01:48 pm EDT
  • Original Published Date: Apr 05, 2023 10:05 am EDT
  • Updated Response Date: Apr 20, 2023 02:00 pm EDT
  • Original Response Date: Apr 17, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: AC15 - NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

Naval Test Wing Atlantic (NTWL) is the most technically diverse air wing in naval aviation. Comprised of four test and evaluation squadrons and the United States Naval Test Pilot School, NTWL is the Fleet advocate supporting test and evaluation of the Navy's principal aviation systems ranging from unmanned to rotary and fixed-wing aircraft and subsystems. Focused on warfighter requirements, the wing provides aircrew, aircraft assets, maintenance support, operational and safety oversight, and process and facility support for developmental flight and ground test. NTWL remains focused on the needs and safety of the Navy and Marine Corps Warfighters while providing Customer Agencies (e.g., Program Manager, Air (PMA), Program Executive Officer (PEO), NAVAIR Competencies, Foreign Military Sales (FMS), and United States Coast Guard (USCG)) with the people, processes, facilities, and aircraft to support full life cycle program Testing and Evaluation (T&E). This support includes design, execution, analysis, evaluation, and reporting of tests and experiments of aircraft, unmanned air systems, weapons, and weapons systems.



In support of NTWL, the Test & Evaluation Program Leadership Division supports T&E Functional Teams (i.e., Integrated Program Teams (IPT), externally directed teams, and enterprise teams, etc.) that perform test & evaluation on Navy and other Customer Agency platforms, systems, and subsystems. NTWL desires the most qualified, experienced and current personnel within its work force as the supporting tasks are essential components of the entire T&E process and ultimately fleet lethality. The complexity of today’s flight test scenarios in the Research, Development, Test and Evaluation (RDT&E) community and the constant changes that are associated with RDT&E flying require continuous planning, management, and monitoring to ensure success.



The scope of this contract is to provide Testers (ground and flight personnel) to manage and staff the T&E efforts that provide test design, documentation, planning, scheduling, tracking, test team briefing, test result analysis and reporting, while maintaining the currency of the T&E processes, identifying critical program test elements, ensuring engineering veracity of the test data, and providing the definition of functional requirements for future test facilities, equipment, and instrumentation requirements. The contract services shall include the application of knowledge and expertise in the fields of T&E, air vehicle operation, ground operations including logging or recording aviation data, weapon systems, subsystems and components, and other concurrent tasks such as aviation safety. The support shall be provided at and to the NTWL/Naval Test Wing Pacific (NTWP) Test Squadrons, Divisions and the Platform Management Activities. Support may also include other service components of the Department of Defense, other US government agencies, foreign national defense and commercial aviation flight activities. The effort shall be governed by Government approved Flight Operation Procedures (FOP) in compliance with the DCMA INST 8210.1 series/NAVAIRINST 3710.1 series.



This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of businesses (including the following subsets, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services. Based on a review of industry response, the Government will decide on the appropriate competition approach.



An award is anticipated no later than May 31, 2024. The period of performance will be for a base year plus four one-year options, for a total of five years of performance from date of award. A performance work statement will be used. The NAICS code is 541715 with a size standard of 1,000 employees. The Product Service Code is AC15. The resultant contract will be on a cost type basis; therefore, the successful awardee will be required to have an adequate accounting system upon contract award.



The effort is currently being performed by KBR-Wyle under CPFF, Indefinite Delivery, Indefinite Quantity (IDIQ) contract N00421-19-D-0071 with an anticipated expiration date of 2 September 2024.



A DD254, Contract Security Classification Specification, shall be applicable to this requirement. The current level of classification has been identified as a Top Secret/Sensitive Compartmented Information (SCI) facility and NONE for safeguarding. Location of performance will be approximately 85% at Patuxent River, Maryland, 10% Other CONUS Locations China Lake, CA and Pt. Mugu, CA and 5% at the contractor facility.



Interested small businesses are requested to submit a brief capabilities statement package (no more than 15 pages in length, single-spaced, 12-point font minimum) demonstrating their ability to perform the above services. This document shall contain, as a minimum:



1-Prior/current experience in performing efforts of similar size/scope within the last five years, including the contract number, organization supported, indication of whether a prime or subcontractor, contract value, point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described herein.



2-Company profile to include number of employees, annual revenue history, office location(s), DUNS number, CAGE Code, and a statement regarding current small business status.



3-Management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel.



4-Provide a statement regarding capability to obtain the required industrial security clearance.



The capability statement package shall be sent by email to:



Matthew Hudson matthew.d.hudson8.civ@us.navy.mil



and



John Tomechko john.r.tomechko.civ@us.navy.mil.



Submissions must be received by the Government office cited no later than 2:00 p.m. Eastern time on 17 Apr 2023. Questions or comments regarding this notice may be addressed to Matthew Hudson matthew.d.hudson8.civ@us.navy.mil.



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


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 >