SOURCES SOUGHT
U -- Link-16 Interference and High Frequency/Ultra High Frequency(UHF) to UHF communication relay training - Statement of Work
- Notice Date
- 8/3/2015
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-15-P-0692
- Archive Date
- 8/26/2015
- Point of Contact
- Helen H Choo, Phone: (301) 757-9056, Patricia Collier, Phone: (301)757-5910
- E-Mail Address
-
helen.choo@navy.mil, patricia.collier@navy.mil
(helen.choo@navy.mil, patricia.collier@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work INTRODUCTION The Naval Air Warfare Center Aircraft Division Contracts Department (AIR 2.5.1.13), Patuxent River, MD announces its intention to procure on a competitive basis the flight services of a commercial twin propeller type aircraft with the primary capabilities of Link-16 interference and High Frequency (HF)/Ultra High Frequency (UHF) to UHF communications relay for training Carrier Strike Group Four (CSG-4) based out of Norfolk VA. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. PLACE OF PERFORMANCE Aircraft will launch from Wilmington, NC and/or Cecil Field, FL and transit 100 Nautical Miles (NM) to an Initial Point (IP) in either W-122/JAXOA airspace. 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." PROGRAM BACKGROUND The United States Navy (USN) CSG-4 has defined a requirement for a Link-16 interference trainer and High Frequency (HF)/Ultra High Frequency (UHF) to UHF communications relay platform for the Harry S. Truman (HST) Composite Training Unit Exercise (C2X). The Government is seeking qualified vendors to provide a suitable aircraft that can meet the capabilities defined in this document. REQUIRED CAPABILITIES This is a Request for Information (RFI). The CSG-4 Group shall require a propeller aircraft to fly non-tactical profiles and provide engineering services at specified locations per event. Event durations will vary however, a typical mission will consist of a four hour flight operating 100 NM off shore. It is estimated the Government will require a minimum of six (6) and maximum of eight (8) events. Each event will require a minimum of 150 flight minutes and a maximum of 270 flight minutes during the HST C2X. The following are additional required capabilities: • Endurance - Four and one half hours (4.5 hrs) (Take Off (T/O) to Landing + reserves) • Service Ceiling >= to 15,000 ft Mean Sea Level (MSL) • Provide three (3) hours loiter time at 5,000 ft MSL • Two UHF radios • One HF radio • Tactical Air Navigation (TACAN) • Large Area Tracking Range (LATR) capable (LATR will be provided as Government Furnished Equipment (GFE)) • Capable of Link-16 interference as defined by the Government • Simultaneous relay HF/UHF Analog-to-Digital Converter Register SPECIAL REQUIREMENTS Compliance with the following regulations and instructions will be required: The aircraft being proposed must have a valid Federal Aviation Administration issued standard airworthiness certificate and be in condition for safe operation and maintenance, preventative maintenance. All maintenance and alterations must be performed in accordance with 14 Code of Federal Regulations (CFR) Parts 21, 43, and 91. ELIGIBILITY The applicable NAICS code for this requirement is 481219 (Other Non-Scheduled Air Transportation) and Product Service Code of V121. The Small Business Size Standard of $27.0 M. Businesses of all sizes are encouraged to respond; however, respondents must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of 10. This documentation must address at a minimum the following items: 1.) The type of work has your company has performed in the past in support of the same or similar requirement. 2.) Has your company managed a task of this nature or is it capable to do so? If so, please provide details. 3.) What specific technical skills does your company possess that ensures the capability to perform the tasks? 4.) 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 itself in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this RFI. 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 6.) State whether your company qualifies as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 7.) State your ability to meet the requirements listed in the Special Requirements section. The estimated period of performance is one year from contract award with performance commencing in 14 September 2015. The contract type is anticipated to be Firm Fixed Price (FFP). The Level of Effort (LOE) for one year is estimated at 40 flight hours. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses. Your response to this Sources Sought, including the capabilities statement, shall be electronically submitted to the Contract Specialist, Helen Choo, in either Microsoft Word or Portable Document Format (PDF), via email at helen.choo@navy.mil. The deadline for response to this request is 2 pm, EST, 11 August 2015 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****. 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 the Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-15-P-0692/listing.html)
- Place of Performance
- Address: TBD/Contractor's Facility, United States
- Record
- SN03820926-W 20150805/150803235039-dc6bc91486e6318da6b0e1484ff26d61 (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 |