Search Contract Opportunities

Terminal Instrument Procedures (TERPS)   2

ID: W91QV1-23-R0002 • 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

SOURCES SOUGHT SYNOPSIS

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for to procure support for the resourcing and policy development of Army airfields/heliports, the development and maintenance of Army instrument flight procedures. In accordance with DOD directives, USAASA is responsible for developing, evaluating, approving, and maintaining Foreign Terminal Instrument Procedures (FTIP) and emergency Global Positioning System (GPS) approaches for the safe operation. FTIP reviews are critical to the safety of flight of Army aircraft operations outside the continental United States. Future modernization from ground based navigational aids to celestial based navigational aids will require an increase in instrument procedure development. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Small business contractors awarded contracts above the simplified acquisition threshold (SAT) are required to comply with FAR 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, in excess of permitted levels.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 541611 Administrative Management and General Management Consulting Service, with a size standard of $24.5M.

A need is anticipated the Contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to perform Army AAF/AHP resource integration sustainment support and Army Instrument Flight Procedure (IFP) development support.

Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialist, Cheryl Beaty at cheryl.d.beaty.civ@army.mil with a courtesy copy (cc) to Gwendolyn Bridges, gwendolyn.bridges5.civ@army.mil at no cost to or obligation to the Government no later than 31 March 2023 at 12:00 p.m. EDT (Fort Belvoir local time).

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.

4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

5. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

8. Recommendations to improve the approach/specifications to acquiring the identified items/services.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Background
The U.S. Government intends to award a contract to procure support for the resourcing and policy development of Army airfields and heliports, as well as the development and maintenance of Army instrument flight procedures.

The United States Army Aeronautical Services Agency (USAASA) is responsible for developing, evaluating, approving, and maintaining Foreign Terminal Instrument Procedures (FTIP) and emergency Global Positioning System (GPS) approaches to ensure safe operations. This requirement is critical for the safety of Army aircraft operations outside the continental United States, especially with future modernization efforts transitioning from ground-based navigational aids to celestial-based systems.

Work Details
The Contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to perform Army AAF/AHP resource integration sustainment support and Army Instrument Flight Procedure (IFP) development support. Specific tasks include:
1. Development and integration of the Army’s Management Decision Package (MDEP) to support HQDA G-3/5/7 requirements for 60 Army AAF/AHPs worldwide.
2. Providing technical expertise related to MDEP requirements and supporting a $1 billion future-years defense program for AAF/AHPs.
3. Documenting and maintaining centralized databases in support of MDEP requirements.
4. Attending high-level meetings in the Pentagon to provide analysis on MDEP/PPBE issues.
5. Supporting USAASA personnel in resolving resource requirement issues between leadership levels.
6. Coordinating with appropriate agencies regarding AAF/AHPs issues.
7. Developing rigorous data validation procedures for aeronautical data quality control related to FTIP and contingency U.S. Army airfields.

Place of Performance
The contract will be performed at various locations as required by the tasks outlined, including potential work at USAASA headquarters.

Overview

Response Deadline
March 28, 2023, 12:00 a.m. EDT Past Due
Posted
Feb. 28, 2023, 1:30 p.m. EST
Set Aside
None
Place of Performance
Fort Belvoir, VA USA
Source
SAM

Current SBA Size Standard
$24.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
33%
On 2/28/23 MICC Fort Belvoir issued Sources Sought W91QV1-23-R0002 for Terminal Instrument Procedures (TERPS) due 3/28/23. The opportunity was issued full & open with NAICS 541611 and PSC R426.
Primary Contact
Name
Cheryl D. Beaty   Profile
Phone
(703) 947-7129

Secondary Contact

Name
Gwendolyn Bridges   Profile
Phone
None

Documents

Posted documents for Sources Sought W91QV1-23-R0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W91QV1-23-R0002

Contract Awards

Prime contracts awarded through Sources Sought W91QV1-23-R0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W91QV1-23-R0002

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W91QV1-23-R0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO SAM HOUSTON
FPDS Organization Code
2100-W91QV1
Source Organization Code
500045554
Last Updated
April 12, 2023
Last Updated By
cheryl.d.beaty.civ@mail.mil
Archive Date
April 13, 2023