Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOURCES SOUGHT

V -- Sonobuoy Lot Acceptance Testing (SLAT) Service Aircraft

Notice Date
5/1/2025 10:59:50 AM
 
Notice Type
Sources Sought
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N0042126R0001
 
Response Due
6/2/2025 9:00:00 AM
 
Archive Date
06/17/2025
 
Point of Contact
Brad Dioguardo, David Silverstone
 
E-Mail Address
bradley.dioguardo.civ@us.navy.mil, david.s.silverstone.civ@us.navy.mil
(bradley.dioguardo.civ@us.navy.mil, david.s.silverstone.civ@us.navy.mil)
 
Description
Synopsis: THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR INFORMATION AND PLANNING PURPOSES ONLY. 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. This notice does not commit the Government to contract for any supply or service whatsoever. Your response will be treated as information only and will not be used as a proposal. DO NOT SUBMIT ANY CLASSIFIED INFORMATION WITH YOUR RESPONSE. No entitlement to payment, of direct or indirect costs, or charges to the Government will arise because of a contractor's submission of a response to this announcement or the Government's use of such information. The Government is interested in all businesses to include Large Businesses, Small Businesses, Small Disadvantaged Businesses, 8(a)s, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Businesses, HUBZone Businesses, and Women-Owned Small Businesses. As permitted by FAR Part 10 - Market Research, this market research tool is being utilized for informational and planning purposes. The result of this market research will assist the Government in the development of its acquisition strategy for a Request for Proposal (RFP) or Request for Quote (RFQ), to be issued later, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is determined, response to this notice will be used to aid in establishing small business participation and subcontracting goals. NAICS Classification: The proposed primary North American Industry Classification System (NAICS) code assigned to this notice is 481219 � Other Nonscheduled Air Transportation. The Small Business Administration small business size standard for this NAICS code is $25 Million. Background: The Naval Air Systems Command (NAVAIR) Program Manager, Adversary and Specialized Aircraft (PMA-226) program provides Contractor Owned Contractor Operated (COCO) aircraft to the Department of the Navy (DoN) Fleet and Test customers. NAVAIR procures approximately 180,000 sonobuoys per year and is currently charged with production lot testing of sonobuoys used in the United States Navy (USN) inventory as well as conducting engineering tests of pre-production models. The primary mission of Sonobuoy Lot Acceptance Testing (SLAT) is to provide a COCO aerial platform with sonobuoy pneumatic-launch capability to support NAVAIR�s Sonobuoy Quality Assurance Program (SQAP), which involves real-world ocean airdrop tests of random samples from production lots, ensuring they meet required standards before being deployed for operations. Additionally, the COCO platform will support pre-production sonobuoy model testing. COCO mission support will be provided from an airfield within 100 NM of San Clamente Island, California (SCI) where the sonobuoys air airdropped. The sonobuoys will be loaded on the aerial platform from the Contractor�s base of operations. The SQAP historically requires 9 � 11 consecutive days of missions per month, with each daily mission launching 32 to 52 A-size sonobuoys over 4 to 5 hours. Typically, 4 to 6 sonobuoys are launched within relatively quick succession to form a tight pattern within range of a nearby support ship. Due to the tight airspace limitations around the drop area, the proposed COCO platform is expected to be a highly maneuverable propeller aircraft or helicopter, however this currently is not a restriction on the type of aircraft that may be proposed. Required cargo capacity for carriage of sonobuoys, associated launch equipment, and sonobuoy storage racks are included in Appendix A - Aircraft Capability & Configuration Requirements. Launches will be performed from altitudes not requiring a pressurized cabin. Dispensing of an A-size sonobuoy from the Sonobuoy Launch Container (SLC) is initiated through the rapid application of air / inert gas to the end of the sonobuoy launch container. Submission Instructions: Interested parties may identify their interest and capabilities in response to this notice. Responses shall be in Microsoft Word/Office compatible or Portable Document Format (PDF) format and are due no later than June 2, 2025, at Noon EDT. Responses shall be limited to the number of pages for each section defined below, single-spaced 8.5 x 11-in pages, no smaller than 12-point Times New Roman font, with margins no smaller than 1 inch on every side, and submitted via e-mail to michael.j.orourke1.civ@us.navy.mil, james.m.rhodes88.civ@us.navy.mil, and bradley.dioguardo.civ@us.navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Responses must be in writing and must provide clear and concise documentation indicating a potential offeror�s capability to provide these services. The Government does not desire to receive extraneous narratives, elaborate brochures, uninformative marketing material, etc. Verbal responses and electronic submissions to any address other than what has been provided in this notice are not acceptable. PMA-226 personnel may contact firms responding to this announcement to clarify a responder�s capabilities and other matters as part of this market research process. The Government will not affirmatively release any information received in response to this notice to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. The Government reserves the right to release the company names of all respondents unless specifically requested not to do so by the respondent. Interested vendors may also submit any additional non-proprietary questions via email to michael.j.orourke1.civ@us.navy.mil and bradley.dioguardo.civ@us.navy.mil prior to response due date. If time allows, the Government will address these questions prior to the due date. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. If your company is registered in SAM as a Small, SDB, WOSB, HUBZone, or SDVOSB Concern, provide an explanation of your company�s ability to perform at least 50% of the tasking for the proposed contract as the prime. 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. Respondent costs in response to this synopsis are not an allowable direct charge to the Government; therefore, NAVAIR will not assume liability for any costs incurred for preparation of responses to this synopsis. All information released in this announcement is considered a draft and for informational purposes only. The information released in the 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 the draft form reflects current Government intentions and is subject to change based on a variety of circumstances, including both internal and external comments; and formal solicitation is the only document that should be relied upon in determining the Government�s requirements. Submission Contents: Company Profile (Title Page): Company Name and Address Company Website (webpage URL) Company CAGE CODE Company�s Unique Entity Identifier (UEI), as registered in the System for Award Management (SAM) Company�s socio-economic status, if any (e.g., Small, 8a SDB, VOSB, SDVOSB, WOSB, EDWOSB, HUBZone, Other) Respondents to this notice must indicate whether they are Large Business or if they are registered in SAM.as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern under NAICS code 481219 with a corresponding size standard of $25.0 million 3-years average annual receipts If NAICS code 481219 is not included in your SAM profile, there must be at least one other NAICS code that indicates your company�s size status for a size standard of $25.0 million or greater 3-years average annual receipts Primary Point of Contact name, email, and telephone number List of Government-Wide Contract Vehicles that your company currently holds that are applicable to the requirements in Appendix A Affiliate information: parent company, joint venture partners, and potential teaming partners Capabilities (10-page limit): Corporate Experience: Prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the requirements described herein. Aircraft: What is your preferred aircraft for this mission? What is the quantity of aircraft you would propose to utilize in support of this contract for 400 flight hours per year? What general timelines are associated with aircraft integration and FAA approval of the launcher system installation and operation? What specific technical skills does your company possess which ensure capability to perform the task? Please be specific. Can the proposed aircraft, including proposed aircraft capability and configuration requirements found Appendix A, perform the mission under FAA certification? If not, what is your plan to meet those requirements? Does your company have any experience in obtaining Civil Aircraft Landing Permits (CALP) to permit landing Contractor aircraft aboard military installations? Do the proposed aircraft possess a current U.S. Navy (USN) Airworthiness Civil Aircraft Operations (CAO) or Public Aircraft Operations (PAO) assessment? Provide current copies of the US Navy CAO/PAO assessment, if applicable. Does your company have any experience in the process of obtaining a USN Interim Flight Clearance (IFC)? If so, do the proposed aircraft currently possess a USN IFC? Provide current copies of the US Navy IFC, if applicable. What technical risks do you anticipate? Mission Specific Requirements: What sonobuoy launcher and associated equipment do you plan to utilize to meet mission requirements? Is your company able to carry hazardous materials aboard aircraft per Appendix A? If sonobuoy launcher and associated equipment is not already owned/possessed by your company, what is your plan to procure said equipment and what is the projected procurement/installation timeline? Does your company currently own/lease any facilities within the aircraft positioning radius found in Appendix A? If so, where is it located? If not, where would you propose to stand up the facility? Cost: What are the cost drivers per Flight Hour (FH) assuming an estimated quantity of 400 flight hours each year? What FH risks do you anticipate? What is your proposed cost per FH estimate? What is your forecast related to staffing level for both flight crew and maintenance personnel? What are your proposed costs for monthly fixed costs, stand-up costs, and flight minutes? Contracting Approach: Are subcontracts required for your company to support this requirement? If so, can or has your company managed a team of subcontractors before? Please provide details. Based on experience what type of contracting strategy would you recommend for this requirement? Are there any pros, challenges, risk associated with a specific contract type? Based on the nature of the requirement, please provide your recommendation of the primary NAICS code that may closely related to the work. Attachments: Appendix A (Aircraft Capability & Configuration Requirements) Contains Controlled Unclassified Information (CUI), interested parties with �Administrator� or �Data Entry� permissions within the �Contract Opportunities� role can request access via SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/59bf28d9636848ad9b1b5d04b4c27aed/view)
 
Place of Performance
Address: San Clemente, CA, USA
Country: USA
 
Record
SN07428667-F 20250503/250501230052 (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.