Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
MODIFICATION

V -- Commercial Air Support

Notice Date
4/19/2010
 
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 Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-10-R-1032
 
Archive Date
5/19/2010
 
Point of Contact
Catrina M. Vitez, Phone: 3017579736, Colleen G Coombs, Phone: (301) 757-9718
 
E-Mail Address
catrina.vitez@navy.mil, colleen.coombs@navy.mil
(catrina.vitez@navy.mil, colleen.coombs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NAICS CODE CHANGE/INDUSTRY DAY QUESTIONS AND ANSWERS The purpose of this modification is to correct the NAICS code from 481219 to 481211, which has a size standard of 1500 employees, and to provide the following Industry Day Questions and Government Responses. 1. Question: Does the Government plan to re-evaluate the small business set aside? Response: We have not yet determined. That is based on the final results of the Sources Sought. 2. Is the Government going to use the same NAICS code? Response: The NAICS Code will be 481211 - Nonscheduled Chartered Passenger Air Transportation. 3. Question: What would be the process of incorporating a new requirement into the contract? Response: New requirements need to go through the Technical Points of Contacts and should be incorporated into the PBSW before the RFP is released. 4. Question: Are there going to be guaranteed hours? Response: No, the guarantee on this contract is a monthly fixed fee based on having a readily available aircraft to perform the required missions of this contract. FAR clause 52.216-19 "Order Limitations" will be incorporated into the Solicitation and Contract as applicable. Feedback from industry is being sought on the PBSOW. Industry documentation submissions shall address, as a minimum, the following: Company profile to include current number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. In addition to providing comments on the PBSOW, interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in this Technical Description, and draft PBSOW. Capability statements shall also address the following questions: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can your company or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure your company's capability to perform the tasks? 4.) Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. Interested businesses responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist in Microsoft Word or Portable Document Format (PDF) at catrina.vitez@navy.mil no later than 1600 Eastern Standard Time on May 4, 2010 and reference this synopsis number on all attached documents. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, telephone number, fax number, and email address. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. If you submitted a capability statement in response to the original Sources Sought then you do not need to resubmit any information. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. 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 these Sources Sought. INDUSTRY DAY ANNOUNCEMENT The Naval Air Systems Command, Aircraft Division, Contracts Department Code 2.5.1.7 at Patuxent River, MD has a requirement for contractor owned and operated aircraft services for the United States Navy (USN), other DoD departments, agencies and services, Foreign Military Sales (FMS) customers and non-DoD Government agencies; to support the shipboard and aircraft groups and personnel operating in the Hawaiian Operating Area (OPAREA). The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. This announcement is hereby issued to inform interested vendors of an upcoming Industry Day for the USN. Industry Day is scheduled for 17 March 2010 at 9:30am. The event will be at the Pacific Missile Range Facility (PMRF), Building 801 (Chiefs Bachelor Quarters), Kauai, HI. All interested attendees must pre-register by email to Charles Myers at Charles.P.Myers@navy.mil and Catrina Vitez at catrina.vitez@navy.mil by Noon 10 March 2010 (Local EST). Registering parties must include the Company name, attending individual’s name, Business size, phone number and email address. Each company is limited to two (2) attendees. Telephone requests will not be accepted. The draft Performance Work Statement (PWS) is attached. If you would like to present your capability statement through a 15 minute (limit) presentation, please indicate in your registration email that you would like to schedule a time. Ensure all presentations are properly marked with “propriety data” verbiage. a. The USN is requiring one (1) Medium Lift Capability Helicopter and one (1) Heavy Lift Capability Helicopter to provide Target recoveries, Visual Surveillance/Range Clearance/Sea State, Transport Missions, and Firefighting (both ship and shore). b. The aircraft will operate at PMRF Barking Sands, Kauai, HI. c. This will be a “dry” contract. The Government will provide access to fuel at U.S. Government bases and civil fields where U.S. Government contract fuel is available worldwide for the contractor’s use during contract performance. d. Aircraft and pilot requirements are listed in the attached draft PWS. e.Requested aircraft is required to have a FAA airworthiness certificate at contract award. f. Any aircraft modifications will require FAA DER of STC airworthiness certification and all testing/documentation will be provided to the Contracting Officer, Government Flight Representative (GFR), and Contracting Officer Representative (COR). Overview The applicable PSC code for this requirement is V121. The applicable NAICS Code for this requirement is 481219. This will be a five year contract with one year guarantee and four option years. This is a follow-on requirement. The incumbent is Croman, Inc. This will be an unclassified contract. The Government anticipates awarding a single contract to the offeror who provides the best overall value to the Government. Subcontracting is encouraged. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL (RFP). Interested sources are highly encouraged to attend Industry Day to present their capability statements. Point of Contact Catrina M. Vitez Contract Specialist, (301) 757-9714, Fax: (301) 995-8389, Email: catrina.vitez@navy.mil or Colleen Coombs, Contracting Officer, (301) 757-9718, Fax: (301) 995-0308, Email: colleen.coombs@navy.mil. SOURCES SOUGHT INTRODUCTION The Naval Air Warfare Center, Aircraft Division, Test & Evaluation Contract Services Branch (AIR-2.5.1.7), Patuxent River, Maryland is seeking information for potential sources regarding industry service support available to provide a variety of airborne services, including training assistance, supply, support for shipboard, aircraft and personnel operating services in the Hawaiian Operating Area (OPAREA).The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). All Small Business Set-Aside categories will be considered. PLACE OF PERFORMANCE Percentage of Effort 100% Barking Sands, Kauai, Hawaii Government (On-Site) 100% Contractor (Off-Site) 0% 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/CONTRACT BACKGROUND The Naval Air Warfare Center—Aircraft Division (NAWC-AD) AIR- 5.1.2.12 is tasked to provide on-going aircraft support services to the Commercial Air Services (CAS) Program through the use of privately owned and operated aircrafts. These airborne capabilities are to include, but not limited to target recoveries, visual surveillance, range clearance, the use of a Governement Furnished Equipment (GPE) Extended Range Video System (ERVS) and transport missions. Services furnished under this contract may include, but are not limited to, support of the U.S. Navy, other Department of Defense (DoD) departments, agencies, and services, non-DoD Government agencies, and Foreign Military Sales customers. The attached Statement of Work details requirements to provide air support and related services to these programs. REQUIRED CAPABILITIES This requirement is a follow-on procurement. A draft Performance Based Statement of Work (PBSOW) is attached for review. The period of performance shall consist of one base year plus four one year option periods with performance commencing approximately 04 August 2011. The contract type is anticipated to be an Indefinite delivery/indefinite quantity (IDIQ) contract with Firm Fixed Price (FFP) and cost reimbursable CLINs. 100% of the work will be conducted at the government site. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a “Secret” Facility Clearance and “Secret” Safeguarding capability. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Secret clearance is required. ELIGIBILITY The appropriate North American Industry Classification System (NAICS) Code is 481219 with a Small Business Size of $7 Million. It is anticipated that the basis for award of the resultant contract will be best value to the Government, cost and non-cost factors considered. SUBMISSION DETAILS Feedback from industry is being sought on the PBSOW. Industry documentation submissions shall address, as a minimum, the following: Company profile to include current number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. In addition to providing comments on the PBSOW, interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in this Technical Description, and draft PBSOW. Capability statements shall also address the following questions: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can your company or has your company managed a task of this nature? If so, please provide details. 3.) What specific technical skills does your company possess which ensure your company’s capability to perform the tasks? 4.) Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. Interested businesses responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist in Microsoft Word or Portable Document Format (PDF) at catrina.vitez@navy.mil no later than 1600 Eastern Standard Time on February 8, 2010 and reference this synopsis number on all attached documents. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, telephone number, fax number, and email address. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/ on or about May 24, 2010. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. 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 these Sources Sought. An announcement for Industry Day is anticipated to be posted forthcoming.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-R-1032/listing.html)
 
Place of Performance
Address: Pacific Missile Range Facility (PMRF), Barking Sands, Kauai, Hawaii, United States
 
Record
SN02126065-W 20100421/100419235033-27e47a056d697c7603f12e8b9bda50fc (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.