Search Contract Opportunities

Commercial Air Services (CAS) Aerial Refueling Services   2

ID: N00421-16-R-0032 • Type: Sources Sought

Description

Posted: Oct. 13, 2017, 8:37 a.m. EDT
Airworthiness Discussions

Please contact Contract Specialist, Chris Woehrer, at Chris.woehrer@navy.mil, if you wish to schedule a one-on-one meeting with PMA-226 to discuss airworthiness and safety of flight assessments (operating limitations, FAA certification, FAA approval documents, etc). Meetings will be held on November 6 - 7, 2017 at Cherry Point, North Carolina. This meeting is for informational purposes only and is limited to small businesses, as this effort is designated as a small business set-aside. PMA-226 will not review or provide an approval to industries' proposed engineering approaches, type/model series of aircraft, or acquisition strategy. Kindly submit your request NLT 1400 EST on 30 October 2017.

Posted: Sept. 12, 2016, 10:46 a.m. EDT
Posted: June 20, 2016, 1:35 p.m. EDT

The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft (PMA- 226), Contracted Air Services (CAS) program, Patuxent River, MD 20670 intends to procure aerial refueling services through contractor owned and operated aircraft to the Department of the Navy, other Department of Defense Agencies, Foreign Military Sales, and Government Contractors during missions ranging from basic training to multi-national exercises in a variety of locations including domestic sites and foreign and remote operating bases outside Continental United States (OCONUS). The Contractor is required to operate and maintain its assets under applicable Federal Aviation Administration (FAA) regulations for aerial operations within U.S. airspace. Required services include tanking for the F/A-18 A-F, EA-18G, EA-6B, AV-8B, UAS, V22, F-35B-C, and possibly P-8A platforms for major exercises, cross country drags, and various Fleet training requirements. The government anticipates a follow-on Firm Fixed Price (FFP) contract award in FY2018 with a period of performance of one (1) base year plus four (4) one-year option periods.

DISCLAIMER:

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.

Requirements:

Respondents to this Sources Sought should describe their ability to support the following performance requirements and objectives:

1. Altitude- Support tanking from 5,000 to 35,000 feet above ground level (AGL)

2. Range and Time on Station- Five (5) hours on-station mission with 150 mile transit and provide 60,000 lbs off load; four (4) hour on-station mission with 150 mile transit and provide 70,000 lbs off load; three (3) hour on-station mission with 150 mile transit and provide 80,000 lbs off load

3. Day and Night- Capable of providing both day and night Air-to-Air Refueling (AAR) operations

4. Lighting-AAR Lighting will meet ATP-56 and DOD requirements

5. Refueling tanker must possess PART-91 FAA certification

6. Refueling tanker must have US Navy NAVAIR air-to-air refueling certification/airworthiness, which could potentially be achieved after contract award

7. All Contractor personnel who have access to classified material during the performance of this anticipated contract shall have the appropriate security clearances. All Contractor aircrews and any other personnel who in the conduct of their normal work would be aboard the aircraft during a classified mission, including EA technicians, shall have SECRET security clearances.

The North American Industry Classification System (NAICS) Code utilized for this acquisition is 481219. The Product Service Code (PSC) is V121.

Response:

Interested businesses shall submit responses electronically to NAVAIR Contract Specialist, Margo O'Rear, in Microsoft Word or Portable Document Format (PDF) at margo.orear@navy.mil no later than 2:00 pm Eastern Standard Time on 20 July 2016. No phone or email solicitations with regard to the status of the Request for Proposal (RFP) will be accepted prior to its release. Specific details will be provided in a solicitation which is anticipated to be released in the first quarter of 2017 at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully 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 Businesses should submit a brief capabilities statement package (no more than five (5) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Capabilities documentation must address, as a minimum, the following:

1. Title Page: The capability package must be assembled with a title page containing the following information:

Company name

Company address

Point of contact (including name, phone number, email address, and fax number)

Cage code

DUNS number

Business size

2. 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.

3. 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.

All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements.

Overview

Response Deadline
Oct. 30, 2017, 3:00 p.m. EDT (original: July 20, 2016, 3:00 p.m. EDT) Past Due
Posted
June 20, 2016, 1:35 p.m. EDT (updated: Oct. 13, 2017, 8:37 a.m. EDT)
Set Aside
None
Place of Performance
Locations include multiple continental United States (CONUS) sites and foreign and remote operating bases outside the continental United States (OCONUS). PATUXENT RIVER, MD 20670 USA
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
51%
On 6/20/16 Naval Air Systems Command issued Sources Sought N00421-16-R-0032 for Commercial Air Services (CAS) Aerial Refueling Services due 10/30/17. The opportunity was issued full & open with NAICS 488190 and PSC V.
Primary Contact
Title
Contract Specialist
Name
Chris Woehrer   Profile
Phone
(301) 757-6517

Secondary Contact

Title
Contracting Officer
Name
David Silverstone   Profile
Phone
(301) 757-2528

Documents

Posted documents for Sources Sought N00421-16-R-0032

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N00421-16-R-0032

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N00421-16-R-0032

Contract Awards

Prime contracts awarded through Sources Sought N00421-16-R-0032

Protests

GAO protests filed for Sources Sought N00421-16-R-0032

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00421-16-R-0032

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00421-16-R-0032

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
July 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 16, 2019