SOLICITATION NOTICE
V -- US Navy Learjet Aviation Services
- Notice Date
- 1/15/2019
- Notice Type
- Synopsis
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Interior Business Center, AQD<br />Division 2 /Branch 3<br />381 Elden St<br />Suite 4000<br />Herndon<br />VA<br />20170<br />
- ZIP Code
- 20170
- Solicitation Number
- 140D0419R0007
- Response Due
- 2/15/2019
- Archive Date
- 5/31/2019
- Point of Contact
- Schroeder, Gregory
- Small Business Set-Aside
- N/A
- Description
- The Department of Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), Herndon, VA in support of Naval Sea Systems Command (NAVSEA) Program Executive Office (PEO) for Integrated Warfare Systems (IWS), intends to issue full and open Request for Proposal (RFP) 140D7019R0007 for the procurement of commercial aviation support services using Federal Acquisition Regulations (FAR) Part 12 - Acquisition of Commercial Items and Part 15 - Contracting by Negotiation. The Government intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with the issuance of Firm-Fixed-Unit-Price (FFUP) task orders. The period of performance is up to five (5) years and consists of a 12 month base period and four (4), 12 month options under NAICS 481219 - Other Nonscheduled Air Transportation. NAVSEA PEO IWS has a need for contractor-operated and contractor -maintained jet aircraft and flight services to support the Test and Evaluation (T&E) of the AEGIS Combat System and other integrated Electronic Warfare (EW) systems currently aboard US Navy ships, as well as other land-based systems. AEGIS is an integrated naval combat system that uses powerful computer and radar technology to track and guide weapon systems to destroy enemy targets. The contractor provided personnel and aircraft (outfitted with government furnished equipment/property) will fly predetermined testing scenarios around US Navy ships and/or land-based systems, so that radar and other warfare system instrumentation can be tested and calibrated. These scenarios will also act as training for the ship ¿s crew. These testing events involve the coordination of many military assets (i.e. ships, submarines, aircraft, drones, military personnel, and other support contractors), which equate to millions of dollars per day to conduct. Aircraft will be required for the simulation of EW systems utilized by hostile aircraft. There will be four primary aircraft that shall be designated as Exclusive Use (EU) and will be utilized for an estimated 200 days within first twelve-month period of performance and potentially up to an estimated 800-1,250 combined flight hours (across all EU aircraft) in addition to the guaranteed EU availability. The contractor will occasionally be required to provide up to two On-Call (OC)/ Call-When -Needed (CWN) aircraft as well, that may be utilized for up to an estimated 200 combined flight hours. With the OC/CWN aircraft, the Contractor could have six (6) aircraft performing under a single task order at any given time (4 EU and 2 OC). In addition, aircraft shall meet the minimum aircraft requirements such as performance, payload, power plant(s), seating, speed/endurance, crew requirements outlined in the solicit action. While it's assumed that the contractor will purchase the majority of its fuel at military airfields, only fuels meeting the specifications of American Society for Testing and Material (ASTM) D-1655 (Jet A, A-1, or B), Mil T-5624 (JP-4, JP-8, JP-5) shall be used. The contractor will be required to hold and keep current multiple aviation certificates required by the Federal Aviation Administration (FAA), DOI Office of Aviation Services (OAS), Air Mobility Command (AMC), and Naval Air Systems Command (NAVAIR); to include but not limited to: Supplemental Type Certificate (STC), Interim Flight Clearances (IFC), Airworthiness Certificates (multiple), Air Carrier or Operating Certificate, and various pilot certifications. While various commercial jet aircraft have the performance requirements however Learjet models 35 and 36 are currently the only models of Learjet with the required STCs that meet the Navy's combat systems test needs for the attachment, carriage, and installation of the Navy's T&E Government Furnished Property (GFP). NAVAIR will be responsible under the Navy's Airworthiness Program to issue associated Interim Flight Clearances (IFC) in order for the GFP to be operated on the contracted commercial jet aircraft. The IFC process requires NAVAIR personnel to conduct extensive inspection of a vendor's facilities and review pertinent FAA airworthiness certificates and applicable STCs. The modifications and certification of aircraft that meet the Navy ¿s vary however can be lengthy and a high dollar investment. The primary locations where services are to be performed will be in California and Virginia; however, aircraft may be required to fly to various locations throughout the United States, its territories, and other countries, as needed. In addition, the contractor will be required to obtain security clearances for all facilities used, as well as crewmembers and support personnel engaged in operations under the resulting contract, as specified in DD Form 254 - Department of Defense (DOD) Contract Security Classification Specifications. This pre-solicitation synopsis is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, RFP, or as an obligation on the part of the Government to acquire any products or services. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The Government will consider all comments received on this pre-solicitation synopsis. The Government does not commit to providing a response to any comment or question. The subsequent revision to any Request For Proposal-related documents based on comments received remains solely at the Government's discretion. No comments, questions, or inquiries shall be made to any Government person other than the points of contact identified in this synopsis. Any comments and/or questions regarding this pre-solicitation synopsis must be submitted to the Contracting Officer, Gregory Schroeder, via email at, gregory_schroeder@ibc.doi.gov and Contract Specialist, Jacqueline Hernandez, via email at jacqueline_hernandez@ibc.doi.gov. All Industry responses and questions received for this Synopsis will be treated as public information and may be released on FEDBIZOPS. No telephone inquiries will be accepted. The final RFP, if applicable, will include the final technical specifications and other relevant attachments, and will be issued electronically. The anticipated issue date of the solicitation is the second quarter (Q2) of fiscal year 19 (FY19). Please continue to check FEDBIZOPS for issuance of the final RFP and related documents by accessing the following internet addresses: https://www.fbo.gov/. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/c55e8e51cf2a3e1b0809d5e37ec33d72)
- Record
- SN05194682-F 20190117/190115230011 (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 |