Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SPECIAL NOTICE

V -- Contracted Air Services (CAS) Air to Air Refueling (AAR) Services

Notice Date
7/16/2020 11:49:26 AM
 
Notice Type
Special Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
CAS_AAR_RFI
 
Response Due
7/30/2020 8:00:00 AM
 
Archive Date
08/14/2020
 
Point of Contact
Lauren Wright, Contract Specialist, Phone: 3013424434, David Silverstone, Contracting Officer, Phone: 30175772528
 
E-Mail Address
lauren.wright@navy.mil, david.silverstone@navy.mil
(lauren.wright@navy.mil, david.silverstone@navy.mil)
 
Description
UPDATE: 10/16/19 Industry Day Briefs (dated 9/12/19) have been uploaded to this record. Files attached are: AAR Airworthiness Brief AAR Industry Day Presentation UPDATE 12/17/19 THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office (PMA- 226), Contracted Air Services (CAS) program intends to conduct a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity Multiple Award Contract competition for CAS Aerial Refueling Services. The planned ordering period will have a base ordering period of four (4) years 364 days, and one (1) four (4) years 364 days Option ordering period for a total ordering period of nine (9) years 363 days, if the option period is exercised. No single task order will have a period of performance greater than 4 years 364 days. Since this acquisition is intended to be a 100% Small Business set-aside, only Small Businesses will be considered for award of this requirement. The applicable North American Industry Classification System (NAICS) code for this requirement is 488190 and the Product Service Code (PSC) is V121. The CAS program provides contractor owned, operated, and maintained aerial refueling aircraft to the Department of the Navy (DoN) for Fleet and Test customers for Air-to-Air Refueling (AAR) services to multiple aircraft types in order to satisfy fleet training, operational, Test and Evaluation (T&E), and Foreign Military Sales (FMS) requirements. Operational locations include multiple Continental United States (CONUS) detachment operation sites, and foreign and remote operating bases Outside the Continental United States (OCONUS). The Government is hereby releasing selected portions of the Draft Request for Proposal (RFP).� Draft Sections A, B, C, F, and Non-Standard H-1 and H-2 clauses are provided for comment.� This Draft RFP contains publicly releasable, unclassified documentation, which is posted herein.� All subsequent Draft RFP documents and publicly releasable information will reside on the System for Award Management (SAM). It is recommended that interested Offerors check the SAM site frequently for any updates. � COMMENTS, CLARIFYING QUESTIONS, AND RESPONSES: � The Government requests all interested parties to provide comments to the released Draft RFP sections and responses to the following questions.� However, interested parties are not limited to the below questions and are encouraged to take this opportunity to ask questions regarding the contracting strategy or other questions, as necessary: � What aircraft and refueling systems do you plan to submit in support of this contract? � Will all aircraft that you plan to support this contract be the same model and refueling system? � What is the amount of time it will take for the vendor to establish capability that meets the PWS requirements? 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. 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 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. Responses: Interested businesses shall submit responses electronically to Mr. Chris Woehrer, chris.woehrer@navy.mil and Ms. Karl Maria Ramdass, karl.ramdass@navy.mil in Microsoft Word or Portable Document Format (PDF) no later than 11:00 am EST on 8 January 2020. All data received in response to this announcement, marked or designated as corporate or proprietary, will be fully 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. � � Primary Point of Contact: Chris Woehrer, Contract Specialist chris.woehrer@navy.mil Phone: (301) 757-6517 Fax: (301) 995-0353 Secondary Point of Contact: David Silverstone, Contracting Officer david.silverstone@navy.mil Phone: (301)-757-2528 UPDATE: 15 May 2020 THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office (PMA-226), Contracted Air Services (CAS) program intends to solicit offers for an Indefinite Delivery/Indefinite Quantity Multiple Award Contract for CAS Aerial Refueling Services as an Unrestricted Full and Open competition. The planned ordering period will have a base ordering period for four (4) years 364 days, and one (1) four (4) years 364 days Option ordering period for a total ordering period of nine (9) years 363 days, if the option period is exercised. No single task order will have a period of performance greater than 4 years 364 days. This acquisition is intended to be procured as an Unrestricted Full and Open competition, the applicable North American Industry Classification System (NAICS) code for this requirement is 488190 and the Product Service Code (PSC) is V121. The CAS program provides contractor owned, operated, and maintained aerial refueling aircraft to the Department of the Navy (DoN) for Fleet and Test customers for Air-to-Air Refueling (AAR) services to multiple aircraft types in order to satisfy fleet training, operational, Test and Evaluation (T&E), and Foreign Military Sales (FMS) requirements. Operational locations include multiple Continental United States (CONUS) detachment operation sites, and foreign and remote operating bases Outside the Continental United States (OCONUS). The Government intends to release the solicitation in the coming weeks. All solicitation documents and publicly releasable information related to this acquisition will reside on the BetaSAM.gov. It is recommended that interested Offerors check the BetaSAM.gov site frequently for any updates. 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. Information released prior to a formal solicitation is not a guarantee of the Government�s course of action in proceeding with the project or future contract award. Information released prior to a formal solicitation reflects the Government intent and could subject change based on a variety of internal or external circumstances� As such, the formal solicitation is the only document that should be relied upon �for the Government�s requirements. UPDATE: 2 June 2020 In accordance with Federal Acquisition Regulations (FAR) Part 15, the Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program (PMA- 226), Contracted Air Services (CAS) program is requesting proposals for CAS Aerial Refueling Services. The resulting contract is for CAS Aerial Refueling Services through contractor owned, operated, and maintained aerial refueling aircraft to the Department of the Navy (DoN) for Fleet and Test customers for Air-to-Air Refueling (AAR) services to multiple aircraft types in order to satisfy fleet training, operational, Test and Evaluation (T&E), and Foreign Military Sales (FMS) requirements. The resulting vehicle will be a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC). The planned ordering period will have a base ordering period for four (4) years 364 days, and one (1) four (4) years 364 days Option ordering period for a total ordering period of nine (9) years 363 days, if the option period is exercised. No single task order will have a period of performance greater than 4 years 364 days. This acquisition will be awarded on the basis of full and open competition. The proposal submission deadline is Monday, 6 July 2020 at 1100 Eastern �Time (ET). �In accordance with the Procurement Integrity Act, 41 U.S.C. � 2101-2107, interested parties are reminded that their organizations are prohibited from obtaining any source selection information before the award of this contract. In addition to both criminal and civil penalties for individuals, the Procurement Integrity Act also provides administrative actions which include, but are not limited to, cancellation of the procurement if has not yet been awarded, rescission of the awarded contract, and the initiation of a suspension or debarment proceeding.� To ensure compliance with the Procurement Integrity Act, interested parties are strongly encouraged to limit all communications related to this procurement (i.e. N00421-20-R-0094) to the Contracting Officer and the Contract Specialist listed within the solicitation; interested parties are strongly encouraged to refrain from discussing any information related to this procurement with any other Government personnel. Primary POC: Lauren Wright (lauren.wright@navy.mil) Alternate POCs: David Silverstone (david.silverstone@navy.mil) Catrina Vitez (catrina.vitez@navy.mil) Update 5 June 2020 This update replaces Section J�Attachment 1 and Attachment 3 and Exhibit A to remove ""Draft"" watermark. Content within these documents remains unchanged. All terms and conditions of this solicitation remain unchanged.� Update 11 June 2020 This update provides an amendment to the solicition. A summary of changes can be found in Section A.� Update 16�June 2020 This update provides�amendment 00002 to the solicition. A summary of changes can be found in Section A.� Update 23 June 2020 This update provides amendment 00003 to the solicitation. A summary of changes can be found in Section A.� Update 30 June 2020 This update provides amendment 0004 to the solicitation, which extends the proposal due date to 23 July 2020 at 11:00 a.m. EDT and extends the deadline to request a �Drop-Off Request Code� to 20 July 2020 at 11:00 a.m. EDT. If a �Drop-off Request Code� was previously received and expires prior to the proposal due date, offerors shall request a new code in accordance with the solicitation by the new deadline of 20 July 2020 at 11:00 a.m. EDT. In accordance with Section L, all proposals must be submitted via DoD SAFE; proposals submitted by any means other than DoD SAFE will not be accepted or reviewed.� If an offeror fails to request a �Drop-Off Request Code� by the deadline, the Government will not issue a �Drop-Off Request Code� to the offeror and the offeror will not be able to submit a proposal to the Government through DoD SAFE. Update July 16, 2020 This update provides amendment 00005 to the solicitation, which extends the proposal due date to�30 July 2020 at 11:00 a.m. EDT. A summary of all changes can be found in Section A.� In addition, this update includes industry questions and Government answers. Please see attachment ""N0042120R0094_QandA""
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23ce9d6666ea4c18a9625cf0d25105b5/view)
 
Record
SN05723107-F 20200718/200716230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.