Industry Day Notification for SOLICITATION N00421-19-R-0011, FLEET FIGHTER JET SERVICES
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201(e), responses to this notice are ... THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This Request for Information (RFI) is issued solely for information and planning purposes. 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 RFI does not commit the Government to contract for any supply or service whatsoever. Your response to this RFI 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 information provided may be used by the Government in developing its acquisition strategy and performance work statement /statement of objectives and performance specifications. Interested parties are responsible for marking proprietary or competition sensitive information contained within their response. Not responding to the RFI does not preclude participation in any future solicitations. The information provided in this RFI is subject to change and is not binding on the Government. This RFI is for market research and planning purposes only. It is the intent of the Government to host an industry day as outlined below. Companies are encouraged to inform the Government of any potential barriers that inhibit competition. Description: The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program (PMA- 226), Contracted Air Services (CAS), Marine Corp Air Station (MCAS) Cherry Point, NC announces its intent to procure, on a competitive basis, Fleet Fighter Jet Services. The Fighter Jet program provides contractor owned and operated aircraft to the Department of the Navy (DoN) for Fleet Training and Exercise Support for a wide variety of airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operators and aircrew on how to counter potential enemy Electronic Warfare (EW) and Electronic Attack (EA) operations in today's Electronic Combat (EC) environment; and Acquisition Program Testing and Evaluation (T&E) Support. Aircraft performance requirements include Type III and Type IV aircraft in accordance with the draft PWS (Attachment 1). The Government is also considering including, as an option to this requirement, requirements for a Type IV aircraft with radar as a threshold (vs objective)). Locations include multiple continental United States (CONUS) sites and possible foreign operating bases outside the continental United States (OCONUS). The Government anticipates award of a Single Award, Indefinite-Delivery/Indefinite- Quantity (IDIQ) type contract with a four year, 364 day ordering period. The Government expects to make an award on or about the second quarter of FY20. This acquisition will be issued as a Draft Request for Proposal (RFP) on or about the fourth quarter of FY19. Please note this is an estimated posting time, and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website/FedBizOpps for all subsequent postings. Appendices and other documents are still in development and the government may post draft versions as they become available. The anticipated North American Industry Classification System (NAICS) Code utilized for this acquisition is 488190. The Product Service Code (PSC) is V121. NOTE: The FY19 NDAA encouraged the Secretary of the Air Force and Secretary of the Navy to seek opportunities to coordinate adversary air requirements. With this direction, the Navy's emerging adversary air requirements (i.e. Air-to-Air training and T&E requirements) will be supported under the Combat Air Forces (CAF) CAS requirement issued by the Air Combat Command, Acquisition Management Integration Center (ACC AMIC) under solicitation No. FA4890-17-R-0007. 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. Capability Statement: The initial Sources Sought for this requirement was posted on 30 October 2018. Interested businesses who did not respond may submit a capability statement package as to their ability to support the requirements of the draft PWS in accordance with the instructions in the announcement no later than 2:00 p.m. EST on 19 March 2019 to ebes.olumese@navy.mil. INDUSTRY DAY WILL BE HELD: Date: 26 March 2019 Time: 1:00 p.m. - 5:00 pm EST Location: Naval Systems Incorporated, 21513 Great Mills Road, Lexington Park, MD 20653 (Flag Conference Room) Industry Day is a mechanism where potential offerors can gain more insight into NAVAIR's proposed requirements. The Government will present a briefing, and an open forum will be held to address questions and answers. ONE-ON-ONE MEETINGS WILL BE HELD: Date: 27 March 2019 Time: 8:00 am - 12:00 pm EST Location: Naval Systems Incorporated, 21513 Great Mills Road, Lexington Park, MD 20653 (Flag Conference Room) One-on-one discussions, with a limit of 30 minutes per vendor, will be scheduled after the open forum (if requested by the potential offeror). The purpose of the one-on-one is to give the Government the opportunity to obtain specific feedback from your company regarding the draft document; and give potential offerors the opportunity to ask questions and provide feedback directly to the Government regarding the requirement. Please submit questions in advance. To schedule a one-on-one meeting, please submit a request in writing to sherry.l.kelly1@navy.mil no later than 2:00 p.m. EST on 19 March 2019. Offerors will be notified of their assigned 30-minute time slot at (or prior to) start of the Industry Day presentation. REQUESTS FOR ONE-ON-ONE MEETINGS WILL NOT BE ENTERTAINED OR ARRANGED AT THE INDUSTRY DAY EVENT. Participation in the Industry Day, and/or one-on-one sessions, is not a prerequisite for responding to the final RFP. SECURITY, FACILITY ACCESS, AND RSVP INFORMATION: Security clearance and base access are not required in order to attend. However, interested companies shall submit the following for all individuals planning to attend: Name, title, e-mail address, and phone number. Please note that, due to space availability, companies will be limited to three (3) attendees per company. Information must be submitted to ebes.olumese@navy.mil and sherry.l.kelly1@navy.mil no later than 2:00 p.m. EST on 19 March 2019 in order to allow time for screening by Security Forces prior to the event start date. Anyone who has not complied with the above will not be allowed admittance to Industry Day or One-on-one sessions. GENERAL INFORMATION: Please note the following regarding the Industry Day: 1. Arrive 15 minutes early for registration 2. Bring identification 3. Cell phones, tape recorders and videos are prohibited. 4. NAVAIR intends to discuss the following areas: a. General capabilities of aircraft services being sought b. Industry concerns with DRAFT requirements c. Contractual Structure recommendations d. Industry Day Questions for Fleet Fighter Jet Services (Attachment 2) e. Other areas/information that industry may wish to discuss. 6. It is recommended that interested vendors continue to monitor FedBizOpps over the next few weeks for additional information relating to Solicitation No. N00421-19-R-0011. Attachments Attachment 1 - Draft PWS Attachment 2 - Industry Day Questions
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »