Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SPECIAL NOTICE

V -- Contracted Air Services (CAS)Contracted Air Services (CAS) Hawaiian Operating Area Helicopter Services

Notice Date
10/13/2021 7:47:09 AM
 
Notice Type
Special Notice
 
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
N0042121R0077
 
Response Due
5/10/2021 12:00:00 AM
 
Archive Date
12/31/2021
 
Point of Contact
Lauren Wright, Phone: 3013424434, David Silverstone, Phone: 3017572528
 
E-Mail Address
lauren.wright@navy.mil, david.silverstone@navy.mil
(lauren.wright@navy.mil, david.silverstone@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office (PMA- 226), Contracted Air Services (CAS) program is issuing this Special Notice as a means to provide industry with the opportunity to review the proposed DRAFT Pacific Missile Range Facility (PMRF) Helicopter Services Performance-Based Work Statement (PBWS) and obtain industry feedback, concerns, suggestions and comments. The CAS program provides a contractor owned and operated commercial air support services for the Pacific Missile Range Facility (PMRF), Kauai, Hawaii (HI) range.� Requirements will require a wide variety of airborne capabilities to include but not limited to, training assistance, supply, and support for shipboard and aircraft groups and personnel operating in the Hawaiian Operating Areas (OPAREA). Services furnished under this contract may include but are not limited to, support of the Department of the Navy (DoN), other Department of Defense (DoD) agencies and services, non-DoD Government agencies, and Foreign Military Sales (FMS) customers. Operational location will be primarily from Barking Sands, Kauai, HI, and from time to time may change due to emerging DoN requirements as they pertain to the OPAREA. The government anticipates to award a Single Award Indefinite Delivery, Indefinite Quantity (ID/IQ) type contract.� The resulting ID/IQ contract will have an ordering period of 4 years 364 days . This acquisition will be issued as a Final Request for Proposal (RFP) on or about the third quarter of FY21.� Please note that this is an estimated posting time, and it is the responsibility of the interested businesses to monitor beta.SAM.gov website for all subsequent postings. The anticipated North American Industry Classification System (NAICS) Code utilized for this acquisition is 481219 - Other Nonscheduled Air Transportation. The Product Service Code (PSC) is V121. Approximate flying hours per year is 200 for Medium Lift and 175 for Heavy lift services. GENERAL INFORMATION: This announcement constitutes a RFI. This RFI is issued as market research solely for information and planning purposes - it does not constitute a Request For Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to award a contract as a result of this announcement. These requirements are subject to change and the information provided is for informational purposes only. The final requirement will be defined under a formal RFP. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI notice. All costs associated with responding to this RFI will be solely at the expense of the interested party. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on www.beta.SAM.gov. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement. Responses: Interested businesses shall submit responses electronically to Lauren Wright, �lauren.wright@navy.mil and Rhonda Link, rhonda.link@navy.mil in Microsoft Word or Portable Document Format (PDF) no later than 11:00 am EST on 7 May 2020. All data received in response to this announcement, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested Business should submit a brief capabilities statement package on one-sided, 8.5x11inch pages in length with font no smaller than 10 point demonstrating the ability to perform the services listed in this notice. Capabilities documentation must address, as a minimum, the following: Questions/Company Information: 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort to include the type of helicopter and any existing licensing agreements with Original Equipment Manufacturers (OEMs) which may allow access to technical data required to fulfill the requirements. 2. General capabilities of aircraft services being sought. 3. Industry concerns with Performance-Based Work Statement. 4. Contract structure/CLIN structure recommendations. 5. What type of work has your company performed in the past in support of the same or similar requirement? 6. Expected cost per flight hour. 7. Can or has your company managed a task of this nature?� If so, please provide details. 8. Can or has your company managed a team of subcontractors before?� If so, provide details. 9. What specific technical skills does your company possess which ensure capability to perform the tasks? 10. 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 the cost of performance.� Provide an explanation of your company�s ability to perform at least 50% of the tasking described in the PBWS for the 4 year 364 day ordering period. 11. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations/mailing addresses, DUNs number, CAGE Code, Company Point of Contact information, etc. 12. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under NAICS Code 481219 - Other Nonscheduled Air Transportation. 13. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 14. How many months from the date of contract award will it take for your company to be fully capable and ready to fly in support of this contract at the PMRF facility?� 15. Does your company have experience with obtaining a Navy Interim Flight Clearance (IFC)? 16. Other areas/information that industry may wish to provide. Note: Vendors may also submit any additional non-proprietary questions via email to Lauren Wright, �lauren.wright@navy.mil and Rhonda Link, rhonda.link@navy.mil prior to response due date. UPDATE: 5/4/2021 Industry Day This Special Notice update is for information planning purposes only and shall not be considered as an invitation for bid, request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor participation in the Industry Day or contractor responses to this notice. Interested parties need not participate in the Industry Day nor respond to this notice as a prerequisite for responding to the final RFP. The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft (PMA- 226), Contracted Air Services (CAS) program is issuing this notice to publish draft sections of the RFP as well as to share the intent to conduct an Industry Day for Contracted Air Services (CAS) Helicopter Services in the Hawaiian Operating Area to support Pacific Missile Range Facility. The purpose of the Industry Day is to provide industry with the opportunity to review the proposed DRAFT Sections A, B, C, H, L, M, and Performance Work Statement (PWS) and for NAVAIR to have a two-way dialogue with industry regarding concerns, suggestions and comments. Industry Day is a mechanism where interested parties can gain more insight into NAVAIR's proposed acquisition. The Government will present a briefing with an open forum, to address questions. A limit of 30 minutes will be allowed for one-on-one discussions after the open forum, if requested by the potential offeror. Both large and small businesses are encouraged to attend. INDUSTRY DAY WILL BE HELD: DATE: Tuesday, 18 May 2021 TIME: To be provided upon receipt of RSVP LOCATION: Charlotte, NC Address to be provided upon receipt of RSVP A virtual option will be available through Microsoft Teams. An RSVP is still required to receive the link to join virtually. 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 Sections A, B, C, H, L, M, and Performance Work Statement. � c. Contract structure/CLIN structure recommendations. � d. Expected cost per flight hour (may be discussed during 30 minute one-on-one discussions if preferred). � e. Other areas/information that industry may wish to discuss. 5. RSVPs are required in order to attend. Please send RSVPs to: Lauren Wright, lauren.wright@navy.mil and Karl Ramdass, karl.ramdass@navy.mil no later than 2:00pm EDT 10�May 2021. Please include the name, e-mail address, title, and phone number of all individuals that will be attending, in addition to the request for a 30 minute one-on-one discussion, if preferred. Please note due to space available, contractors will be limited to 3 attendees per vendor. The DRAFT RFP sections contain publicly releasable, unclassified documentation, which is posted herein.� All subsequent Draft RFP documents and publicly releasable information will reside on the Beta System for Award Management (SAM). It is recommended that interested Offerors check the beta.sam.gov site frequently for any updates. Response to Request for Information (RFI): Interested businesses shall submit responses electronically to NAVAIR Contract Specialist, Lauren Wright and Program Analyst Karl Ramdass, in Microsoft Word or Portable Document Format (PDF) at lauren.wright@navy.mil and karl.ramdass@navy.mil no later than 2:00 pm EDT on 10�May 2021. No phone or email discussions with regard to the status of a formal Request for Proposal (RFP) will be accepted prior to its release. Specific details will be provided in a solicitation which is anticipated to be released in the third or fourth quarter of 2021 at https://beta.sam.gov/. �All data received in response to RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Classified material SHALL NOT be submitted. Interested Businesses should submit a brief capabilities statement package on one-sided, 8.5x11inch pages in length with font no smaller than 10 point demonstrating the ability to perform the services listed in this notice. Capabilities documentation must address, as a minimum, the following: Company Information: �1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort to include any existing licensing agreements with Original Equipment Manufacturers (OEMs) which may allow access to technical data required to fulfill the requirements. �2. Company Point of Contact information, CAGE code, DUNS Number, and mailing address. �3. Business size: Indicate whether Contractor is a Large Business or qualifies as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8 (a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. NAICS Code 481219. Questions: �1. Please describe any challenges or barriers your company anticipates with these Draft RFP sections. Estimated 415 flight hours per year. 415 flight hours (FH) each year for a total of 2075 FH during the base ordering period of five years (minus one day).� The 415 FH average per year will consist of 245 FH heavy lift and 170 FH medium lift helicopter services. Over the past 5 years, the Navy's CAS Helicopter flight hours has increased: FY16: 282 flight hours (130 Medium and 152 Heavy) FY17: 163 flight hours (41 Medium and 122 Heavy) FY18: 240 flight hours (104 Medium and 136 Heavy) FY19: 183 flight hours (52 Medium and 131 Heavy) FY20: 272 flight hours (109 Medium and 163 Heavy) �2. What is the estimated flight hour rate for one year at 415 flight hours per year? Provide the following cost breakdown, excluding fuel and travel. a. Mission rate per hour b. Monthly fixed cost c. Start Up Cost d. Quantity of flying aircraft to support the anticipated flight hour requirement �3. Describe your approach and provide timelines to deliver services. Include aircraft type, model, manufactured year and series of aircraft and aircraft range. Note: Vendors may also submit any additional non-proprietary questions via email�to Lauren Wright lauren.wright@navy.mil and Karl Ramdass karl.ramdass@navy.mil�prior to�the Industry Day event. If time allows, the Government will address these questions during the�event. Ultimately, all questions and responses prior to/ or during the Industry Day will be posted to beta.sam.gov after the event.��� Update 6/22/21 This update is for informational purposes only. This update provides industry questions and Government answers which can be found in the attachments, titled ""N0042121R0077 Q and A"".� Update 7/6/21 This update is for informational purposes only. This update provides the briefs that were presented at the Helicopter Industry Day on 18 May 2021. Update 10/13/21 In accordance with Federal Acquisition Regulations (FAR) Part 15, the Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program (PMA- 226), Contracted Air Services (CAS) program is requesting proposals for Hawaiian Operating Area Helicopter Services. The resulting contract is for contractor owned contractor operated (COCO) helicopter services including but not limited to target recovery, visual surveillance, range clearing, transport of military/Government personnel to/from ships or shore facilities, movement of hazardous material (ordinance), and when required, firefighting support. The resulting vehicle will be a Firm Fixed Price (FFP), Single Award Indefinite Delivery/Indefinite Quantity (IDIQ). The planned ordering period will be four years and 364 days. This acquisition will be awarded on the basis of full and open competition. The proposal submission deadline is Friday 3 December 2021 at 1100 Eastern Time (ET). Please note that an email shall be submitted to lauren.a.wright23.civ@us.navy.mil and david.s.silverstone.civ@us.navy.mil no later than 2:00 p.m. EDT on 23 November 2021 �requesting a �Drop-Off Request Code.�� The �Drop-Off Request Code� email must specify a point of contact name and email address for the Prime contractor and if applicable for each individual Subcontractor. The Prime and Subcontractor(s) will each be provided a unique �Drop-Off Request Code� which will allow them to submit proposal documents to the Government independently as needed.� The Prime and Subcontractor points of contact will receive an email that contains their unique �Drop-Off Request Code� no later than 5:00 p.m. EDT 29 November 2021.� This code authorizes access to submit proposal documents securely via DoD SAFE. Offerors may submit questions related to the solicitation to the Government by emailing their questions to lauren.a.wright23.civ@us.navy.mil by 4:00 PM ET on 22nd October 2021. �In accordance with the Procurement Integrity Act, 41 U.S.C. � 2101-2107, interested parties are reminded that their organizations are prohibited from obtaining any source selection information before the award of this contract. In addition to both criminal and civil penalties for individuals, the Procurement Integrity Act also provides administrative actions which include, but are not limited to, cancellation of the procurement if has not yet been awarded, rescission of the awarded contract, and the initiation of a suspension or debarment proceeding.� To ensure compliance with the Procurement Integrity Act, interested parties are strongly encouraged to limit all communications related to this procurement (i.e. N0042121R0077) to the Contracting Officer and the Contract Specialist listed within the solicitation; interested parties are strongly encouraged to refrain from discussing any information related to this procurement with any other Government personnel. Primary POC: Lauren Wright (lauren.a.wright23.civ@us.navy.mil) Alternate POC: David Silverstone (david.s.silverstone.civ@us.navy.mil)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3faf68a49a5e4b88acc5178c71e6ec24/view)
 
Record
SN06156522-F 20211015/211013230109 (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  © 1994-2020, Loren Data Corp.