Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
DOCUMENT

A -- Flight Support - Attachment

Notice Date
2/4/2013
 
Notice Type
Attachment
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
Solicitation Number
N6893613R0026
 
Response Due
2/20/2013
 
Archive Date
2/20/2014
 
Point of Contact
Dustin Barros 760-939-3250
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Warfare Center, Weapons Division (NAWCWD) at China Lake is seeking information regarding Flight Support Services for the NAWCWD Research and Development activities (including JSF, F-18, and other programs) located at China Lake, CA and Pt Mugu, CA. The results of this sources sought will be utilized to determine potential sources including all small business categories. 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 TOAWARD 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 Department of Defense (DoD) and Government Program Offices (GPOs), including but not limited to Joint Strike Fighter, Naval Air Systems Command, and the Air Force Air Combat Command are developing new/upgraded air, ground or sea based radars, other sensor systems, and countermeasure systems. These new systems include new hardware, software, techniques or applications. These systems must be tested with equivalent, and often also developmental, electronic warfare systems or stimulus and associated recording capability as required. As technology changes and new systems are fielded, it is also necessary to develop and train active military units on the most current TTPs. The DoD and GPOs have a requirement for flight test support for the systems being developed, for the development of Tactics, Techniques, and Procedures (TTPs), and to perform training. They require test support aircraft and aircraft to carry pods and other developmental systems or test equipment such as but not limited to external pods, antennas, sensors, hardware/software for electronic warfare, threat simulation and sensor stimulating capabilities (RF, EO, IR, UV etc). These aircraft may require modifications to carry and/or operate the test hardware, pods, or sensors. Also required is the associated engineering support and subject matter expertise to help develop the new capabilities and test analysis. REQUIRED CAPABILITIES Various types of aircraft, including fixed-wing fighter/attack, fixed-wing jet trainers, modified business jets, and rotary-wing aircraft are required. These aircraft may be required to be modified to host the developmental equipment, test pods, to support the new Government/DOD radar and other sensor test activities. Fixed Wing: Carry flight test pods that weigh up to 2000 lbs and require power & control signals. Carry a flight test pod that weighs about 700 lbs on one station and a camera pod on an adjacent station and require power & control signals. Flight test developmental hardware. Install an equipment rack inside a test-bed aircraft with external antennas and/or equipment pod. Rotary Equipment: Carry a rack of electronic equipment plus antenna looking to the side and 1 operator. Approx weight 900-1000 lbs. Fly as a radar target. With or without EW pod. General Test Support Capability: Aircraft Modifications (either wiring for test pod(s) or installing test equipment) Pod/Test Hardware manufacture and/or repair. Ability to get FAA certification for pods/test equipment/aircraft mods. For further details please see 3.0 Requirements of the attached PWS. ELIGIBILITY The applicable NAICS code for this requirement is 481219. The Product Service Code (PSC) is AC14. SUBMISSION DETAILS Interested businesses shall submit a statement of capability and include: Description of relevant contract experience (Government and Commercial). Address your experience with Flight Support and demonstrated capability of your company ™s resources to meet partial or all requirements of the Draft Performance Work Statement. In addition please answer the following questions: 1.Are you a small business? 2.What is your CCR cage code? 3.Have you done business with the Government before, if so with who and what contract # ™s? 4. Do you have any Firm Fixed Price (FFP) contract types for similar requirements with the Government? 5.What kind of DoD flight support have you done in the past, if any? 6.What types of aircraft can you provide? 7.What is the flight rate without fuel? 8.What does your flight test rate include (pilot labor, maintenance, insurance, etc.) 9.What is the pilot cost (if separate from the aircraft)? 10.Do you have personnel with a collateral secret clearance? Do you have a facility cleared to process and store material at the collateral secret level? 11.Do you have magazines to store up to one pallet (40 cubic feet) of explosives (hazad class 1.3G or less, Net Explosive Weight = 150kg)? 12.Do you have ground crew trained in the handling of explosives? 13.How many maintenance individuals do you have on hand and what are they certified to? HOW TO RESPOND: Any interested party that feels they can meet this requirement must identify in writing their interest, experience, and capability of past work no later than February 20, 2013 via email to the Contract Specialist, Dustin Barros, via a Microsoft Word.doc or Acrobat Adobe.pdf file. File must not exceed 10 pages with a minimum font size of 12 point, As a general rule, no information is better than bad information. Classified material shall not be submitted. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, and email address. No phone or email solicitations with regards to the status of RFP will be accepted prior to release.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893613R0026/listing.html)
 
Document(s)
Attachment
 
File Name: N6893613R0026_PERFORMANCE_WORK_STATEMENT_Draft.pdf (https://www.neco.navy.mil/synopsis_file/N6893613R0026_PERFORMANCE_WORK_STATEMENT_Draft.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6893613R0026_PERFORMANCE_WORK_STATEMENT_Draft.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02978940-W 20130206/130204234135-3e31961ec8e6affe56ad218953485699 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.