Search Contract Opportunities

Contracted Air Services (CAS), Propeller Aircraft Airborne Threat Simulation   3

ID: N00421-24-R-0001 • Type: Sources Sought
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
Draft a sources sought response template for 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

Naval Air Systems Command (NAVAIR) Specialized and Proven Aircraft Program Office (PMA-226), Contracted Air Services (CAS) has a requirement for Contractor Owned and Contractor Operated (COCO) propeller aircraft to provide the Department of the Navy (DoN) Fleet and program customers with a wide variety of airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operators and aircrew. 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 and traffic collision avoidance. COCO aircraft will operate from contractor locations on the East Coast and West Coast; locations include multiple Continental United States (CONUS) and Outside the Continental United States (OCONUS) sites. Other customers for CAS under this contract may include other Department of Defense (DoD) agencies and services, non-DoD Government agencies and Foreign Military Sales (FMS) customers.

The CAS Propeller Aircraft Airborne Threat Simulation contract is anticipated to be awarded as a Single Award Indefinite Delivery, Indefinite Quantity (ID/IQ). The resulting ID/IQ contract will have an ordering period of 5 years. This acquisition will be issued as a Final Request for Proposal (RFP) on or about the third quarter of FY22. 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 Table titled Propeller Aircraft Performance Requirements. 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 synopsis. Submission requirements are detailed below.

The Table titled Propeller 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 Table may be provided in your capabilities statement package.

All data received in response to this synopsis, 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 Table, Propeller 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 $16.5 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 $16.5 million or greater 3-years average annual receipts.

3. 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.

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 $16.5M 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 preferred aircraft for this mission?
b. What is your proposed cost per flight hour estimate?
c. What is your forecast related to staffing level for both flight crew and maintenance personnel?
d. What are the cost drivers?
e. What cost risks do you anticipate?
f. What technical risks do you anticipate?
g. How many flight hours per year do you need to be fully utilized? This will not be an exclusive use contract.

6. Can or has your company managed a team of subcontractors before? If so, provide details.

7. What specific technical skills does your company possess which ensure capability to perform the tasks?

8. 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.

9. 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 bradley.dioguardo.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 synopsis. 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 bradley.dioguardo.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 EDT on 26 August 2021.

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.

Background
The Naval Air Systems Command (NAVAIR) Specialized and Proven Aircraft Program Office (PMA-226) has a requirement for Contractor Owned and Contractor Operated (COCO) propeller aircraft to provide the Department of the Navy (DoN) Fleet and program customers with airborne threat simulation capabilities.

This contract aims to support training for shipboard and aircraft squadron weapon systems operators and aircrew across various venues, including basic Air Intercept Control (AIC) training and multinational exercises. The contract may also serve other Department of Defense (DoD) agencies, non-DoD Government agencies, and Foreign Military Sales (FMS) customers.

Work Details
The contractor shall provide 550 flight hours per year with a minimum of four propeller aircraft for simultaneous presentations, typically two on the West Coast and two on the East Coast.

Aircraft must meet specific performance specifications, operate from designated government bases or contractor locations, and maintain complete wiring and schematic diagrams. Typical flight profiles include extended loitering up to three hours offshore at altitudes between 500 to 15,000 feet MSL during daylight or between 1,000 to 15,000 feet MSL at night.

Services include:
1. Flights under positive control responding to Navy controllers.
2. Independent un-vectored flights for scenario-driven presentations.
3. Escort of unmanned aircraft systems (UAS).
4. Scenario presentations involving designated ships.
5. AIC training for shipboard radar operators.
6. Range clearance operations.
7. Communication relay tasks.
8. Hosting link interference trainers.
9. UAS emulation flights.

Place of Performance
The contract will be performed at multiple locations on the East Coast and West Coast of the United States, as well as various sites Outside the Continental United States (OCONUS).

Overview

Response Deadline
Aug. 26, 2021, 11:00 a.m. EDT Past Due
Posted
Aug. 12, 2021, 2:42 p.m. EDT
Set Aside
None
Place of Performance
Patuxent River, MD 20670 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
42%
On 8/12/21 NAWC Aircraft Division issued Sources Sought N00421-24-R-0001 for Contracted Air Services (CAS), Propeller Aircraft Airborne Threat Simulation due 8/26/21. The opportunity was issued full & open with NAICS 481219 and PSC V121.
Primary Contact
Name
Brad Dioguardo   Profile
Phone
None

Secondary Contact

Name
David Silverstone   Profile
Phone
None

Documents

Posted documents for Sources Sought N00421-24-R-0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N00421-24-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N00421-24-R-0001

Contract Awards

Prime contracts awarded through Sources Sought N00421-24-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00421-24-R-0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00421-24-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
Aug. 26, 2021
Last Updated By
brad.dioguardo@navy.mil
Archive Date
Aug. 26, 2021