Search Contract Opportunities

Consolidated Automated Support System (CASS) Family of Testers (FoT)   3

ID: N68335-22-R-0140 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 17, 2023, 1:19 p.m. EST

The purpose of amendment 05 is to provide answers to additional questions received #59-65 in regards to the CASS FoT PBL updated DRAFT Solicitation, see attached PDF titled CASS FoT PBL QA3. Please note the attached PDF titled CASS FoT PBL QA3 encompasses only the answers to questions received #59-65.

The purpose of amendment 04 is to provide potential Offerors an updated DRAFT Solicitation. The updated DRAFT Solicitation is located at www.sam.gov as an attachment to this annoucncement. The PBSOW package which includes the PBSOW associated documents listed in Section J are available to potential Offerors for review upon request; see paragraph below.

The Government is intending to post a solicitation on or around 20 February 2023.

Offerors are encouraged to review the updated DRAFT Solicitation and submit all questions or comments in writing by 6 January 2023 to the Contract Specialist, Stephen Winkler, at stephen.m.winkler2.civ@us.navy.mil using the excel format provided. The Government respectfully requests that Offerors provide all questions in writing to ensure complete and thorough response. An amendment to this posting containing an abstract of the questions and the Government's responses will be made publically available on www.sam.gov.
REQUEST FOR and RELEASE OF PBSOW PACKAGE INFORMATION: The updated PBSOW package has been marked with Distribution Statement D, which authorizes distribution of the documents to Department of Defense (DoD) and U.S. DoD contractors. Some documents within the PBSOW package contain critical technology and export controlled information. In order to receive a copy of these documents, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor. Cage code status will be confirmed via SAM at www.sam.gov. Additionally, contractors shall provide a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. An updated request for the PBSOW package, to include all information required, shall be submitted to the Contract Specialist Stephen Winkler, at stephen.m.winkler2.civ@us.navy.mil.

THIS UPDATED DRAFT SOLICITATION IS NOT A REQUEST FOR PROPOSAL! The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. This announcement is for information and planning purposes only, it does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.

The purpose of amendment 03 is to provide answers to additional questions received #54-58 in regards to the CASS FoT PBL Pre-Solicitation Conference and DRAFT Solicitation, see attached PDF titled CASS FoT PBL QA2. Please note the attached PDF titled CASS FoT PBL QA2 encompasses all the answers to questions received #1-58 to date.

The purpose of amendment 02 is to provide answers to questions received in regards to the CASS FoT PBL Pre-Solicitation Conference and DRAFT Solicitation, see attached PDF titled CASS FoT PBL QA.

The purpose of amendment 01 is to provide updated information regarding the CASS FoT PBL Pre-Solicitation Conference and to notify potential prime offerors the Pre-Solicitation Conference will also accomodate in-person attendees, see updates below.

The Naval Air Systems Command (NAVAIR) Aviation Support Equipment Program Office (PMA260) intends to procure Performance Based Logistics (PBL) for the Consolidated Automated Support System (CASS) Family of Testers (FoT) using the Full and Open Competitive Process. The CASS FoT primarily provides support for United States Navy, United States Marine Corps, and Foreign Military Sales customers at the intermediate maintenance level of support both ashore and afloat in addition to naval aviation repair depots and international program's repair sites. The CASS FoT is defined as three generations of family members and variants grouped by:

Mainframe CASS;
Reconfigurable-Transportable CASS or RTCASS; and
Electronic CASS or eCASS.

The resultant contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type contract containing a majority of Firm Fixed Price Contract Line Item Numbers (CLINs) with a combination of Cost Plus Fixed Fee and cost-only CLINs. The Government intends to evaluate proposals and award a contract to the Offeror whose proposal represents the best value to the Government based on the criteria described in Section M of the solicitation. Contractors must be registered in System for Award Management (SAM) to be eligible for award.

To ensure potential prime Offerors understand the work required, the Government is hosting a virtual pre-solicitation conference on 16 August 2022 at 0900 EDT in the Lakehurst, NJ area. The DRAFT Solicitation is located at www.sam.gov. The Performance Based Statement of Work (PBSOW) package which includes the PBSOW associated documents listed in Section J are available to potential Offerors for review upon request; see below paragraph.

Offerors are encouraged to review and submit all questions or comments regarding the DRAFT Solicitation in writing to the Contract Specialist, Stephen Winkler, at stephen.m.winkler2.civ@us.navy.mil using the excel format provided. The Government respectfully requests that Offerors provide all questions in writing to ensure complete and thorough response. An amendment to this posting containing an abstract of the questions and the Government's responses will be made publically available on www.sam.gov.

REQUEST FOR and RELEASE OF PBSOW PACKAGE INFORMATION: The PBSOW package has been marked with Distribution Statement D, which authorizes distribution of the documents to Department of Defense (DoD) and U.S. DoD contractors. Some documents within the PBSOW package contain critical technology and export controlled information. In order to receive a copy of these documents, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor. Cage code status will be confirmed via SAM at www.sam.gov. For assistance in registering your company, please engage the SAM help desk at https://fsd.gov/fsd-gov/home.do. Additionally, contractors shall provide a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. For DD2345 information, call DLIS in Battle Creek, MI at 800-352-3572 or visit the Internet at www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx. A request for the PBSOW package, to include all information required, shall be submitted to the Contract Specialist Stephen Winkler, at stephen.m.winkler2.civ@us.navy.mil.

INSTRUCTIONS ON HOW TO ATTEND THE IN-PERSON/VIRTUAL PRE-SOLICITATION CONFERENCE will be provided to all attendees prior to the event via email. The conference is limited to four (4) in-person attendees per company, additional attendees may attend virtually. Potential prime Offerors interested in attending the event must have a current and active Cage Code and have provided a certified copy of DD Form 2345. Currently Ocean County New Jersey CDC COVID-19 Community Level is high. As such, all attendees are required to show a completed DD Form 3150, "Contractor Personnel and Visitor Certification of Vaccination." In-person attendees who are not fully vaccinated, or who decline to provide information about their vaccination status, may not attend the Pre-Solicitation Conference if they do not provide proof of a negative FDA approved or authorized COVID-19 test completed no earlier than 72 hours prior to the Pre-Solicitation Conference.

All interested parties shall fill out the attached registration form including providing all names of all in-person/virtual attendees and provide a response to all questions on the registration form and email to the Contract Specialist, Stephen Winkler, at stephen.m.winkler2.civ@us.navy.mil by 16:00 EDT on 09 August 2022. The Government may not be able to accommodate late submittals.

PRE-SOLICITATION CONFERENCE LOCATION for in-person attendees (limit four (4) attendees per company):
Clarion Hotel
815 Route 37 West, Toms River NJ 08755

THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL! The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. This announcement is for information and planning purposes only, it does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.

Posted: Dec. 13, 2022, 8:26 p.m. EST
Posted: Dec. 13, 2022, 7:38 p.m. EST
Posted: Oct. 4, 2022, 12:39 p.m. EDT
Posted: Aug. 30, 2022, 3:06 p.m. EDT
Posted: Aug. 30, 2022, 12:08 p.m. EDT
Posted: Aug. 2, 2022, 2:23 p.m. EDT
Posted: July 27, 2022, 2:09 p.m. EDT
Background
The Naval Air Systems Command (NAVAIR) Aviation Support Equipment Program Office (PMA260) intends to procure Performance Based Logistics (PBL) for the Consolidated Automated Support System (CASS) Family of Testers (FoT). This contract aims to support the United States Navy, United States Marine Corps, and Foreign Military Sales customers at the intermediate maintenance level of support both ashore and afloat.

The CASS FoT includes three generations of family members: Mainframe CASS, Reconfigurable-Transportable CASS (RTCASS), and Electronic CASS (eCASS). The resultant contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a majority of Firm Fixed Price Contract Line Item Numbers (CLINs).

Work Details
The contract includes various CLINs for services related to the CASS FoT. Key items include:

1. **CASS FoT Transition**
- Quantity: 1 Lot
- Description: Perform all activities necessary to ensure readiness for full performance requirements of the CASS FoT PBL contract.
- FOB: Destination

2. **Fleet CASS FoT Service Year 1**
- Quantity: 6,000 Months
- Description: PBL Support for CASS FoT stations and ancillaries.
- Maximum Quantity: 500 stations per month.
- FOB: Origin

3. **Limited CASS FoT Service Year 1**
- Quantity: 2,520 Months
- Description: PBL Support for Limited CASS FoT stations and ancillaries.
- Maximum Quantity: 210 stations per month.
- FOB: Destination

4. **Full FMS OSC Charge Year 1**
- Quantity: 12 Months
- Description: Unique foreign costs associated with Full CASS FoT service for FMS customers.
- FOB: Destination

5. **Install Technical Base**
- Quantity: 2,000 Hours over 5 Years
- Description: Onsite or remote technical support for system installations and maintenance issues.
- FOB: Destination

Period of Performance
The performance periods are defined by individual CLINs, including transition periods and option years.

Place of Performance
Services will be performed at various locations as specified in individual delivery orders.

Overview

Response Deadline
Jan. 6, 2023, 4:00 p.m. EST (original: Aug. 11, 2022, 4:00 p.m. EDT) Past Due
Posted
July 27, 2022, 2:09 p.m. EDT (updated: Jan. 17, 2023, 1:19 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Cost Plus Fixed Fee; Fixed Price;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
48%
Vehicle Type
Indefinite Delivery Contract
On 7/27/22 NAWC Aircraft Division issued Presolicitation N68335-22-R-0140 for Consolidated Automated Support System (CASS) Family of Testers (FoT) due 1/6/23. The opportunity was issued full & open with NAICS 334519 and PSC 6635.
Primary Contact
Name
Stephen WInkler   Profile
Phone
(240) 587-9084

Documents

Posted documents for Presolicitation N68335-22-R-0140

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N68335-22-R-0140

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N68335-22-R-0140

Contract Awards

Prime contracts awarded through Presolicitation N68335-22-R-0140

Incumbent or Similar Awards

Contracts Similar to Presolicitation N68335-22-R-0140

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N68335-22-R-0140

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N68335-22-R-0140

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAIR WARFARE CTR AIRCRAFT DIV
FPDS Organization Code
1700-N68335
Source Organization Code
100255266
Last Updated
Jan. 21, 2023
Last Updated By
stephen.winkler@navy.mil
Archive Date
Jan. 22, 2023