Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
MODIFICATION

S -- Regional Discovery Aircraft

Notice Date
5/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-R-1275
 
Archive Date
5/26/2011
 
Point of Contact
Shanna Cermak, Phone: 7323231576
 
E-Mail Address
shanna.cermak@navy.mil
(shanna.cermak@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
CLARIFICATION: (1) Two Sources Sought notices were posted for the Regional Discovery Aircraft effort under RFP numbers N68335-11-R-1275 and N68335-11-R-1275A. The Product Service Codes (PSC) for N68335-11-R-1275 is S211 and the PSC for N68335-11-R-1275A is V121. This was done in an attempt to maximize participation. (2) Responses to this Sources Sought notice may be emailed to Ms. Shanna Cermak at Shanna.Cermak@navy.mil This is a SOURCES SOUGHT ANNOUNCEMENT and is issued for INFORMATION AND PLANNING PURPOSES ONLY. This is not a SOLICITATION. This is NOT a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will not reimburse for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice. Information received as a result of this notice will become part of our market research and used to determine interest and capability of potential sources. Proprietary information will be protected to the greatest extent provided by law. THIS NOTICE NOR PARTICIPATION FROM THIS NOTICE DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT. DESCRIPTION: The Department of Navy (DoN), Naval Air Systems Command (NAVAIR 4.5) Program Office is seeking potential sources with the capability to provide a Contractor Owned/Contractor Operated (CO/CO) twin-engine aircraft (King Air 350iER or equivalent) with the capabilities of meeting Intelligence, Surveillance, and Reconnaissance (ISR) and Electronic Support (ES) mission requirements and to provide support as a test bed in developing sensors and software in support of counter networking technology surveillance and reconnaissance missions at a location yet to be determined in South America. The proposed aircraft shall be equipped for both day and night Instrument Flight Rules (IFR) and certificated as airworthy in accordance with all applicable Federal Aviation Administration (FAA) regulations. Operating characteristics: • Capable of operating from airfields as high as 8,200 feet above sea level. • Minimum platform attributes required for the airborne test-bed are 6,400 pound (lb) payload, range of 2,355 nautical miles (NM), and altitude of 35,000 feet. • A crew of five persons. Consisting of a Pilot, Copilot, two (2) ISR/ES Collection Operators, and an additional Operator/Rider. • The expected Operational Tempo (OPTEMPO) for missions will be 8.0 hours duration. • All modifications to aircraft shall be performed to FAA standards. • The aircraft are required to operate under Title 14 of the Code of Federal Regulations (CFR) Part 91 General Operating and Flight Rules. Communication Requirements: The aircraft shall be configured with a standard set of general-purpose air-to-air and air-to-ground communication systems to include, but not be limited to: • High Frequency (HF), Very High Frequency (VHF), Ultra High Frequency (UHF) radio sets. • A multi-band V/UHF Line of Sight (LOS) and UHF Satellite Communications (SATCOM) shall also be installed on the aircraft. • The SATCOM Radio shall be capable of clear and encrypted voice communications from the aircraft cockpit and all mission operator intercommunication system. • The aircraft shall contain a navigational system containing a Global Positioning System (GPS). • Time and position data from one or more systems shall be provided to the Imaging and Radar sensors. • The aircraft shall also contain an Emergency Locator Beacon (ELB), an International Maritime Satellite (INMARSAT) GPS Transponder. • Each crewmember on the mission shall be supplied with a Personal Locator Beacon (PLB) and appropriate Aircrew Life Support Equipment (ALSE). Mission System Requirements: All aircraft sensors, video, communications and system hardware shall be Contractor Furnished. Where needed, the Government will assist the contractor in procuring those items that may not be available on the open market. The Contractor shall provide: • Communications Intelligence Direction Finding/Geo-Location (COMINT/DF) System • High Definition Electro-Optic/Infrared/Full Motion Video (HDEO/IR/FMV) Turret System with, as a minimum, a 3rd generation IR system • An eye safe Laser Range Finder • Laser Illuminator • A long-range spotter scope • A Remotely Operated Video Enhanced Receiver (ROVER) compatible data downlink • Two mission equipment SATCOM Suites (PRC-117G or equivalent) • A UHF SATCOM suite for pilot communications The aircraft shall contain equipment and antennas that allow for intercept and direction finding/geo-location of radio emissions in the 3 MHz to 3000 MHz portion of the RF spectrum. Collection shall be accomplished so that signal parametrics such as frequency, modulation type, and time of intercept can be recorded over the entire 3 - 3000 MHz collection range, and un-encrypted voice and data contained in signals can be monitored and recorded in the appropriate frequency ranges. The Government anticipates awarding a Fixed Price Level of Effort (FP/LOE) contract with Cost Plus Fixed Fee (CPFF) Contract Line Item Numbers (CLINs) for Material and Other Direct Costs (ODCs) and Cost Reimbursable CLINs for Travel and Defense Base Act (DBA) Insurance. Anticipated contract duration will be for a base year and four (4) one-year option periods. As this requirement will be performed entirely outside the continental United States, this acquisition is intended to be solicited on an unrestricted basis. The North American Industry Classification Standard (NAICS) code for this requirement is 481219 Other Nonscheduled Air Transportation. CAPABILITY: To maximize fair opportunity, all firms interested in performing this requirement may reply to this Sources Sought and shall provide the following: (1) Capability Statement (limited to 10 pages in length, singled-spaced, 12 point font minimum) to include: (a) company name, address, primary point of contact and phone number, company DUNS number and CAGE/NCAGE code; (b) positive assertion indicating registration in the Department of Defense, Central Contractor Registration CCR) database (http://www.ccr.gov); (c) demonstrate the ability to perform the requirement. This statement should specifically describe the type of aircraft being proposed and its operational characteristics, the cost involved in providing the aircraft to the government with all required contractor furnished equipment installed, your firm's ability to provide the aircraft specifying a timeline for the procurement, installation and integration of the contractor procured equipment and estimated date for the aircraft to become operational. (2) Relevant Experience (limited to 2 pages) in projects of similar size, scope and complexity, citing dollar value, within the last three years, including contract number, indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work. (3) NAICS code identified is 481219. The contractor shall advise their business size status in their response. Please send your response in PDF or MS Word format to Mr. Shanna Cermak at Shanna.Cermak@navy.mil Proprietary processes or data must be clearly marked and documented as such. Submittals furnished will not be returned to sender. The decision to solicit for a contract shall be solely the Government's discretion. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-1275/listing.html)
 
Record
SN02442822-W 20110511/110509234136-b0270777c4808a8297e60a8436e985e1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.