Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOURCES SOUGHT

K -- Range Support - RFI

Notice Date
4/8/2009
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.3 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
00000
 
Solicitation Number
N6893609R0055
 
Response Due
5/22/2009
 
Archive Date
5/22/2010
 
Point of Contact
Mike Laber (805) 989-0708<br />
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The NAVAL AIR WARFARE CENTER WEAPONS DIVISION (NAWCWD) is conducting market research to determine potential sources to meet future range support requirements. Naval Test Wing Pacific (NTWP) and Air Test and Evaluation Squadron THREE ZERO (VX-30) currently operate uniquely modified airborne assets to support the NAWCWD Ranges in the following mission areas; Sea Test Range surveillance and clearance to Range Commanders Council safety standards; Multi-band communications relay and on-board recording (UHF, VHF); Airborne Telemetry (TM) relay and on-board recording (L-Band, S-Band, C-Band); Command Destruct/Flight Termination Systems (CD/FTS) (ability to terminate/destruct unique items under test); Airborne electro and photo optical camera systems (receive and record on-board multiple source cameras); Subscale target drone launch (not currently supported); Aerial in-flight refueling (IFR); Routine and non-routine cargo carriage and delivery to the offshore San Nicholas Island facility and other Navy test facilities as required including ordnance handling certifications. These aircraft perform missions that support Test and Evaluation (T&E) events on the over-water sea test range areas near Point Mugu, CA as well as support customers during T&E missions in world-wide deployments (e.g. Hawaii, Kwajelan). The purpose of this Request for Information (RFI) is to solicit information to assist NAWCWD in identifying qualified sources that are able to provide valuable inputs as to how NAWCWD can proceed on upgrading existing systems, development of replacement systems or system components, and/or outsourcing these capabilities in part or in whole to meet mission requirements. The desire is to ascertain the estimated costs of development, upgrades, replacement, aircraft integration, implementation and usage in order to develop full life cycle trade offs and cost estimates. This RFI is issued for informational and planning purposes only. NAWCWD is conducting market research and desires input from industry to assist in planning and defining acceptable options. This RFI will document the potential for commercial outsourcing of some or all of the required mission elements. While it is the government's assumption that "the least number of platforms to perform the full set of missions is the least costly", it is NOT required that a single platform perform all of the required capabilities, nor is it required that a respondent address all of the mission capabilities. It is possible that a "family of independent systems" may be required to meet all of the mission capabilities or that a family of independent systems may be less costly than one multi-mission platform that performs all missions. These systems do not necessarily need to be based solely on manned aircraft, but could be a combination of manned and unmanned platforms. The information requested by this RFI may be used to facilitate a Request for! Proposal (RFP) for a NAWCWD range support contract by identifying options, standard industry terminology, and practices to aid in the decision making process. BACKGROUND The Weapons Division was established to provide full-spectrum Research, Development, Test, and Evaluation for Naval Aviation Systems. Our organization has a strong foundation with an outstanding workforce, many of who are internationally recognized. We have world class ranges and numerous one-of-a-kind laboratories and facilities that are national assets. Point Mugu is situated on the Pacific Ocean, midway between Los Angeles and Santa Barbara, California. Point Mugu has real-time control of all air traffic within its coastal area, which permits dynamic reallocation of flight paths in order to assure safe, secure, unhindered military operations. This enables approximately 36,000 sq. mile (approximately 180 X 220 miles) Sea Test Range to operate totally unencroached. This range has been a major asset in the test, training and operational readiness of the majority of the sub surface, surface and aerial weapon systems in the DoD strategic and tactical inventories.PURPOSE OF REQUEST FOR INFORMATION (RFI) This RFI will document the potential for commercial purchasing or outsourcing of some or all of the required capabilities. It is not required that a single platform perform all of the required capabilities. The optimum solution could involve a mix of government and commercial services, manned and unmanned aircraft, as well as non-aircraft options. In the near future, NAWCWD must establish a plan for replacing the aging range support airborne assets. This study will provide the analytical basis for the NAWCWD decision of whether to continue using government-owned aircraft and related systems or consider the possibility of outsourcing some or all of these functions to one or more commercial activities. NAWCWD is open to alternative ideas. Respondents are encouraged to provide information utilizing creative and innovative solutions and alternatives that will allow NAWCWD to meet its mission requirements. Respondents should not limit their responses to aircraft platform selections only, and are highly encouraged to respond even if their sole organizational expertise resides in component technologies (i.e., antenna design, telemetry arrays, stabilized optics or camera systems within VR, IR and near IR wavelengths, flight termination systems, etc). Additionally, respondents are encouraged to include alternative solutions that meet only the local sea test range mission requirements, but would not be suitable for world-wide deployments (e.g. a portable or "podded" TM or Optical solution may meet local sea test range requirements, but will not meet the higher TM and/or Optical requirements for open ocean tests). Any aircraft solution presented would be operated as a public aircraft as defined by CFR 49 U.S.C. Section 40102 (A) (41), due to the inherently governmental/military use of the aircraft. All commercial aircraft solutions presented will leverage FAA civil aircraft type certifications, FAA aircrew training requirements and procedures, and will be augmented as necessary to ensure Navy oversight requirements of public aircraft are achieved. In conjunction with this RFI, NTWP and NAVAIR Ranges Department are hosting an Industry Day briefing, which will be held at the Hampton Inn, in Camarillo, CA on Tuesday, April 21, 2009. The event will be held from 8:00AM until 12:00PM (Pacific Time). Check-in will be from 7:00AM to 7:45AM. The briefing will begin promptly at 8:00AM. To register your attendance for the Industry Day, contact Joanne Fandey via email only: joanne.fandey@navy.mil. Respondents should submit company information including company name, address, telephone number, and FAX number, point of contact name, phone number, e-mail address, and the name and title of all employees who plan to attend the Industry Day. All information in the RFI information package and the Industry Day briefing is for public release. INFORMATION REQUESTED An RFI information package is attached to this synopsis. This package contains format requirements and detailed technical information that is necessary to respond to this RFI. In summary, respondents are asked to provide any information deemed useful in developing the most effective and efficient approach to procuring and managing range support aircraft, and system components and related services to provide the capabilities outlined in the introduction paragraph of this document. This includes business approach, contract type, performance risks, concerns and questions, and standard industry practices including but not limited to design, manufacturing, lead times, delivery, typical response time, installation, terms and conditions, billing schedules, and warranty. Respondents are also asked to provide some or all mission capabilities, general concept of operations (what capabilities would be provided, what type of platform would be used, how it would be operated and maintained, etc.), estimated initial outfitting costs that wo! uld be expected to be paid by the government, and estimated total cost per hour (CPH) that would be charged to the government. An estimated integrated master schedule with milestones and events is required from development to capability delivery. The information provided should address the ability to meet all mission requirements during simultaneous events in geographically different locations. Respondents are asked to provide the following cost information: Procurement cost of any aircraft to include; the flyaway cost of the basic aircraft with any equipment deletions; Any initial support equipment, data/pubs, training, logistics and spares costs to be paid by the government; the recurring cost to modify the basic aircraft to the configuration proposed to include the recurring cost of each subsystem, avionics and equipment (B Kits); the recurring cost of each install kit (A Kit); the recurring cost to modify the aircraft, perform the installations and test the aircraft before delivery. The nonrecurring development cost to design, build, productionize and test the required modifications to the aircraft. Provide Operating and Support Costs (O&S): Contractor Logistics Support (CLS) Costs include the cost per flight hour; any cost to the government not charged or covered by the per flight hour costs; what O&S cost elements are covered by the respondents CLS cost; what elements of O&S cost are not covered and have to be done by the government. Specify the efforts to be done with organic government support. Show all fees and others charges that convert all of these costs to total price. Provide substantiation of all of the above cost estimates. Substantiation should be based on the respondents analogous cost history with any adjustments for complexity, work content, etc. DISCLAIMER This RFI is issued for information and planning purposes only and shall not be considered as a RFP or as an obligation on the part of the Government to acquire any products or services. It does not constitute a commitment by the Government to issue a solicitation or ultimately award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Responses to this RFI will not be returned nor will respondents be notified of the result of the review. Responders are encouraged to provide relevant examples of ongoing and previous contractual efforts with the Government that support the desired capabilities describe! d. Additionally, further information/details may be requested by the government based on initial submittals. HOW TO RESPOND: Please submit responses to this RFI via e-mail to Mike Laber at michael.laber@navy.mil. Mailed responses can be sent to Naval Air Warfare Center, Weapons Division (Code 51000ME), Attention: Mike Laber, 575 I Ave., Suite 1, Point Mugu, CA 93042. Responses must be received by this office by close of business 22 May 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9a3c9c11ed329133bc3c352dfaaca7a0&tab=core&_cview=1)
 
Record
SN01788479-W 20090410/090408220237-633e34f89b93245b0fb82ec4459463c5 (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  © 1994-2020, Loren Data Corp.