FBO Notice Date 11/06/19
BIDS Reference Number 264
Document Type: Sources Sought
Education & Training Services

Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, 20670

U -- U.S. Naval Test Pilot School Variability System (VSS) Flight Demonstration Services for Test Pilot School SOL N00421-25112-SS2001 DUE 112119 POC Mary Munyindo Masamo, Contract Specialist, Phone 3017572525, Email mary.masamo@navy.mil - Theresa A Newton, Contracting Officer, Phone (301) 757-0859, Email theresa.newton@navy.milU.S. Naval Test Pilot School Variability System (VSS) Flight Demonstration Services For Test Pilot School

INTRODUCTION: The purpose of this Request for Information (RFI) is to determine the availability and technical capability of small business to provide the required products/services. There is no solicitation available at this time. Thisis not an invitation to bid, request for quotation, or request for proposal. Any response to this RFI shall be treated as information and may be used by the Navy to develop an acquisition strategy, statement of work, statement of objectives, and/or associated specifications. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any costs incurred responding to this Notice. Based on a review of industry response, the Government will decide on the appropriate competition approach.

PROGRAM BACKGROUND: The Naval Air Warfare Center Aircraft Division (NAWCAD),and the United States Navy Test Pilot School (USNTPS) located at the Naval Air Station Patuxent River, MD 20670 are conducting this sources sought action for the procurement of flight demonstration program support, to include classroom instruction, utilizing a contractor-owned (Calspan Corportation) Variable StabilitySystem (VSS) aircraft for USNTPS students under instruction. A copy of the DRAFT Performance Work Statement (PWS) is attached. This requirement shall be solicited under a Request for Proposal as a single contract award. The anticipated acquisition will be a Firm-Fixed Price (FFP), Five year contract (1 base year with 4 one-year options).

ELIGIBILITY: The North American Industry Classification System (NAICS) code is 611512 and the Product Service Code (PSC) is U099.

SUBMITTAL INFORMATION: It is requested that interested businesses submit to the Contracting Office a brief capabilities statement demonstrating the ability to provide the services listed in the attached DRAFT PWS. This documentation must address, at a minimum, the following:

1.) Does your company have current capability to execute all of the requirements of the PWS? If partial capability, please denote can and cannot support requirements by specific paragraph number.

2.) Does your company have previous support of the same or similar requirement? If partial experience, please denote can and cannot support requirements specific to paragraph 3.5-3.9.

3.) What current specific technical skills does your company possess as required to perform the PWS tasks?

4.) The Government does not plan to be party to any third-party agreement for access to Technical data. Calspan Corporation asserts data rights to a varietyof software and hardware assets utilized throughout the VSS. Any capability statement needs to demonstrate how your company can meet the work within the PWS without substantial duplication of costs.

5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform work at least 50% of the workthemselves in terms of the cost of performance. As such, provide a management strategy synopsis of how your company shall perform at least 50% of similar tasking within the FAR requirement to include possible manning strategies, teaming strategies, a transition strategy, and schedule requirements.

6.) Please provide current small/large business status and a company profileto include, but not limited to, the number of employees, annual revenue history, office locations, CAGE Code, etc.

7.) Please provide any recommendations and observations that the Government team can consider to fulfill this requirement.

SUBMITTAL DETAILS: Responses to this Notice shall not to exceed four (4) pages in length on 8.5 x 11inch paper with one-inch margins and font no smaller than 12-point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail, in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information, within 15 calendar days of the publication date of this Notice. All submissions should include this Sources Sought Notice Reference Number, company name, company address, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All submissions must be clearlymarked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. Information submitted in response to this Notice is submitted at no cost tothe Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review.

The capability statement package shall be sent by email to AIR 2.5.1.12 Contract Specialist mary.masamo@navy.mil and Contracting Officer theresa.newton@navy.mil. Submissions must be received no later than 12:00 p.m. Eastern time on 21 November 2019.

Questions or comments regarding this notice may be addressed to:
Primary Contact: Contract Specialist, mary.masamo@navy.mil,
Secondary Contact(s): Contracting Officer, theresa.newton@navy.mil.

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 TECHNICALDESCRIPTION IS STRICTLY VOLUNTARY.

CITE: https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-25112-SS2001/listing.html