Commercial Air Services (CAS) Aerial Refueling Services Industry Day

expired opportunity(Expired)
From: Federal Government(Federal)
N00421-16-R-0032

Basic Details

started - 10 May, 2018 (about 6 years ago)

Start Date

10 May, 2018 (about 6 years ago)
due - 25 Jun, 2018 (about 5 years ago)

Due Date

25 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N00421-16-R-0032

Identifier

N00421-16-R-0032
Department of the Navy

Customer / Agency

Department of the Navy

Attachments (42)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Nov 01, 2016 12:44 pm

Special Notice: Commercial Air Services (CAS) Aerial Refueling Services Industry Day
Solicitation: N00421-16-R-0032
NAICS: 488190

This Special Notice 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.
The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft (PMA- 226), Contracted Air Services (CAS) program intends to conduct an Industry Day for solicitation number N00421-16-R-0032, Commercial Air Services (CAS) Aerial Refueling Services. The purpose of the Industry Day is to provide industry with the opportunity to review the proposed DRAFT CAS Aerial Refueling
Services Performance Work Statement (PWS) and for NAVAIR to have a two-way dialogue with industry regarding concerns, suggestions and comments. A DRAFT PWS will be posted to FedBizOps within the next few weeks for industry review prior to the Industry Day.
Industry Day is a mechanism where potential offerors can gain more insight into NAVAIR's proposed acquisition. The Government will present a briefing, and an open forum will be held to address questions and answers.
A limit of 30 minutes will be allowed for one-on-one discussions after the open forum, if requested by the potential offeror.
Potential offerors need not participate in the Industry Day as a prerequisite for responding to the final RFP.

INDUSTRY DAY WILL BE HELD:
DATE:
Thursday, 01 December 2016
TIME:
8:00am - 4:30pm EST
LOCATION:
Marine Corp Air Station Cherry Point, NC. Millers Landing (Hercules Room), 4843 Jackson Dr. Havelock, NC. Use GPS for driving directions.
SECURITY AND FACILITY ACCESS INFORMATION:
If you are planning to attend the Industry Day, please have your security clearance information forwarded to Jeanie Holder Deputy Operations Officer.

Please provide on a Company letterhead stationery (can be submitted to via e-mail) the following information for the visit request of all personnel coming.

Letter must contain: Purpose of Visit, Last Name; First Name; Middle Name; Place of Birth, Last Four Digits of SSN; and Citizenship; statement that FRC East Information Brochure (attached) was read and understood by all visitors listed on the visit request.

Please email to Jeanie Holder (Jeanie.holder@navy.mil) and Peggy Chlastawa (mary.chlastawa.ctr@navy.mil) as soon as possible so the visit request may be processed.

POC information:
Jeanie A. Holder
PMA-226 Deputy Operations Officer
Office:
(252) 466-7250
Mobile: (252) 241-1825
Email:
jeanie.holder@navy.mil

1.
All personnel attending the Industry Day must submit the information above no later than COB Monday 21 November 2016 to allow time to be screened by Security Forces before the event start date.

2.
Anyone who has not complied with the above will not be allowed admittance to the Base.

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 PWS.
c.
Contract Structure recommendations.
d.
Expected cost per flight hour (may be limited to 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:
Mrs. Margo O'Rear, margo.orear@navy.mil, no later than 2:00pm EST 21 November 2016.
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.
6.
A list of the registered attendees will be posted on FedBizOps prior to the Industry Day.
7. It is recommended to continue checking FedBizOps over the next few weeks under Solicitation #N00421-16-R-0032 for a DRAFT PWS.

Added:
Nov 22, 2016 10:49 am
Update 22 November 2016
A DRAFT Peformance Based Work Statement (PWS) and an Industry Day Brief is posted for review.

Added:
Dec 05, 2016 7:34 am
Update 5 December 2016
Industry Day attendees by whom submitted consent to release their information are posted.

Added:
Jan 20, 2017 7:53 am
Update 20 January 2017
Questions and Answers related to the 1 December 2016 Industry Day are posted. A revised DRAFT PWS is anticipated to be posted to FBO in February 2017 for review.

Added:
Feb 23, 2017 8:55 am
Modified:
Feb 23, 2017 8:57 am
Track Changes
Update 23 February 2017

Additional Questions and Answers related to the 1 December 2016 Industry Day are posted below:
1) Request the historical rate of tanker drogue and basket damage/failure caused by US Navy, US Marine Corps receivers over the past 1, 5 and 10 years.
Government Answer: In the last five (5) years, there have been 17 baskets that were lost or damaged requiring replacement.
2) Over the same timeframe, have there been any other incidents/accidents where the receiver was cited as causal for damage to other tanker aircraft components (e.g. engines, flight controls, etc.)?
Government answer: Reported damage to the drogues (baskets) did not involve any structure-to-structure contact between tanker and receiver aircraft.
3) Will the Defense Base Act apply for this opportunity?

Government answer: Yes, the anticipated solicitation/contract will include FAR clause 52.228-3, Worker's Compensation Insurance (Defense Base Act), since the requirement will provide a Department of Defense (DoD) contract that calls for performance of employee services overseas.

Added:
Mar 03, 2017 2:14 pm
Update 3 March 2017
The Government anticipates releasing the revised PWS, CDRLs, and evaluation criteria for Contracted Air Services (CAS) Aerial Refueling Services by mid April 2017.
One-on-ones with interested parties will be conducted late April 2017 to address questions/concerns on the released documents. A FULL DRAFT RFP is anticipated to be released in the early summer of 2017.
The Government recommends interested parties to continue checking FBO for the release of the PWS, CDRLs, and evaluation criteria, and more information regarding one-on-one sessions.

Added:
Apr 10, 2017 9:12 am
Update 10 April 2017
An additional Question/Answer releated to the 1 December 2016 Industry Day is posted below:
Question: Para 3.8 of the PBWS spells out the insurance requirements for vendors, but we need some clarification. Is the intent we secure not less than $100 million Hull insurance AND not less than $100 million All Risk Aircraft insurance.
Or is the $100 million a combined total of the minimum
insurance we need?
Or possibly does it mean something else?
Government Answer: The contractor shall possess not less than $100,000,000.00 single limit Hull AND not less than $100,000,000.00 All Risk Aircraft Insurance.

Added:
Apr 17, 2017 2:33 pm
Update 17 April 2017
The revised Contracted Air Services (CAS) aerial refueling services draft PWS, draft evaluation criteria, and questionnaire is posted for review. A second industry day with one-on-one sessions is anticipated to be held the week of 8 May 2017. The purpose of this industry day and one-on-ones is for the Government and potential offerors to hold meaningful discussions on the PWS, evaluation criteria, and questionnaire. More details regarding the Industry day will be posted sometime next week.

Added:
Apr 26, 2017 12:30 pm
Update 26 April 2017
An industry day will be held on 9 May 2017 at 8:00AM at the following address:
Naval Systems Incorporated (NSI)
21513 Great Mills Road
Lexington Park, MD 20653
Liberty Conference Room
The purpose of this industry day is for the Government and potential offerors to hold meaningful discussions on the PWS, evaluation criteria, and questionnaire posted on 17 April 2017.
The Government will hold a one-on-one session with each vendor after an open forum is held (unless the vendor chooses not to participate).
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.
RSVPs are required in order to attend.
Please send RSVPs to:
Mrs. Margo O'Rear, margo.orear@navy.mil, no later than 2:00pm EST 2 May 2017.
Please include the name, e-mail address, title, and phone number of all individuals that will be attending.
Please note due to space available, contractors will be limited to 3 attendees per vendor.
5.
Upon registration at the industry day, each vendor will receive a time slot for a one-on-one session with the Government.

Added:
May 12, 2017 7:01 am
Update 12 May 2017
A list of attendees from the 9 May 2017 Aerial Refueling Industry Day is posted.

Added:
Jun 08, 2017 11:59 am
Update 8 June 2017
The brief from the 9 May 2017 Industry Day is attached.

Added:
Aug 01, 2017 11:31 am

Government question to industry:

For the purpose of finalizing the acquisition strategy for the CAS Air to Air Refueling procurement, what are the minimum number of annual flight hours that would be required for your company to submit a proposal in response to the planned solicitation for these services?

Responses are requested no later than noon Wedensday 9 August 2017.


Added:
Aug 01, 2017 12:16 pm
******
ADDITIONAL TO THE SPECIAL NOTICE******
Government question to industry:
For the purpose of finalizing the acquisition strategy for the CAS Air to Air Refueling procurement, what are the minimum number of annual flight hours that would be required for your company to submit a proposal in response to the planned solicitation for these services?
Responses are requested no later than noon Wednesday 9 August 2017.
Please email your answer to Ms. Patricia Collier, Contracting Officer
Email:
patricia.collier@navy.mil


Added:
Aug 30, 2017 12:59 pm
Modified:
Jan 12, 2018 12:28 pm
Track Changes

Added:
Oct 16, 2017 3:09 pm
Update 10/16/17
Please contact Contract Specialist, Chris Woehrer, at Chris.woehrer@navy.mil, if you wish to schedule a one-on-one meeting with PMA-226 to trairworthiness and safety of flight assessments (operating limitations, FAA certification, FAA approval documents, etc). Meetings will be held on November 6 - 7, 2017 at Cherry Point, North Carolina.
This meeting is for informational purposes only and is limited to small businesses, as this effort is designated as a small business set-aside.
PMA-226 will not review or provide an approval to industries' proposed engineering approaches, type/model series of aircraft, or acquisition strategy. Kindly submit your request NLT 1400 EST on 30 October 2017

Added:
Nov 03, 2017 8:48 am
11/3/17 UPDATECAS Aircraft Airworthiness Brief Attached.

Added:
Jan 12, 2018 10:42 am
Modified:
Jan 16, 2018 12:30 pm
Track Changes
1/12/18 UPDATE:

Contract Specialist:
Christopher Woehrer
Telephone Number:
301-757-6517
E-Mail:
chris.woehrer@navy.mil

PCO:
Michael J. Coon
Telephone Number:
301-757-7114
E-Mail:
michael.coon@navy.mil
•1)
This Acquisition is a Small Business Set-Aside that will result in placement of a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract.
•2)
The Product Service Code (PSC) for this procurement is V121.
•3)
The resulting IDIQ contract will have a Four-Year and 364-Day ordering period; however, any task order issued shall not extend beyond the final day of the ordering period of this contract.
•4)
This contract has Firm-Fixed Price (FFP) contract type line items.
•5)
The contractor will be required to have a CONFIDENTIAL Facility clearance. Security clearance requirements are identified in attached file: N00019-16-R-0032 DD254 Signed.

•6)
THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY AND NOT A REQUEST FOR COMPETITIVE PROPOSALS.

•7)
Questions regarding the provided documents will only be accepted in the format of attachment: Question Form, and will be sent to the above listed names No Later Than (NLT) 1300 25 January 2018.
Pursuant to NAVAIR Clause 5252.216-9506 MINIMUM AND MAXIMUM QUANTITIES that will be included in the final solicitation, the government's intention is to use a minimum guarantee of 2,000 flight hours (representing 120,000 minutes under CLIN 0001) for the 4 year 364 day ordering period.
Taking into consideration the inclusion of the Fixed Cost CLIN 0002 (See CLIN Descriptions for more details on what costs are to be included in CLINs 0001 and 0002), please comment on the Government's intended minimum guarantee.
For informational purposes, historically the government orders approximately 2,000 flight hours of AAR support annually.
Additionally, please provide comments on the planned 6 month Capability establishment period.
UPDATE 1/16/18
All questions regarding the documents provided in the 1/12/18 update are due by 25 January 2018 1:00 PM Eastern time, using the provided electronic file, provided on 1/12/18.

Added:
Mar 27, 2018 12:38 pm
UPDATE 3/27/18
The projected RFP release date is 4/16/18, but continue to monitor FBO.gov at all times.

Added:
Mar 27, 2018 2:52 pm UPDATE: 3/27/18
The attached file includes answers to questions from industry based on Industry Day, and draft requirement documents.

Added:
Apr 17, 2018 8:05 am
Modified:
Apr 18, 2018 11:26 am
Track Changes
UPDATE: 4/17/18
Please see attached Draft RFP.

Submission of comments and questions is welcome however the Government will provide responses during the formal RFP
Q&A phase and not during this draft release.

Added:
May 10, 2018 2:58 pm

UPDATE
5/10/18
FINAL RFP

Please see final attached RFP and the following attachments:
CDRLs: A001-A007
Security Classification Specification Form (DD 254 Draft)
Quality Assurance Surveillance Plan (QASP)
Solicitation Question Form
All proposals are due No Later Than 1300 EST, June 25
th, 2018.

Offerors shall submit proposals via United States Postal Service or through a commercial carrier and shall be coordinated with Chris Woehrer at 301-757-6517.
Proposals shall be submitted using the address provided below.
Offeror shall not submit proposals by facsimile or electronically via email.

NAVAL AIR WARFARE CENTER AD-PAX
Code:
AIR-2.5.1.13.8 (Chris Woehrer)
21983 BUNDY RD, BLDG 441
PATUXENT RIVER, MD
20670
Solicitation Number: N00421-16-R-0032
Hand carried proposals may be delivered to the address above, attention Chris Woehrer and/or Michael Coon.
Note (1): The Government reserves the right to cancel this requirement at any time prior to contract award and submission of a proposal does not guarantee Government award of a contract.

Note (2) Offerors may submit questions regarding clarification of solicitation requirements (NLT) 1300 EST May 23, 2018. Questions received after this date may not be answered. Questions shall be submitted using Attachment 3 "Solicitation Question Form" to Chris Woehrer, Contracts Specialist, chris.woehrer@navy.mil. Answers to the questions will be posted on FedBizOps.
All proposals are due No Later Than 1300 EST, June 25
th, 2018.

Locations include multiple continental United States (CONUS) sites and foreign and remote operating bases outside the continental United States (OCONUS). Patuxent River, Maryland 20670 United StatesLocation

Place Of Performance : Locations include multiple continental United States (CONUS) sites and foreign and remote operating bases outside the continental United States (OCONUS). Patuxent River, Maryland 20670 United States

Country : United StatesState : Maryland

You may also like

Commercial Air Service and Cargo Consultant Services

Due: 13 May, 2024 (in 12 days)Agency: Jacksonville Aviation Authority

RFP No. 24-07-11105 Commercial Air Service and Cargo Consultant Services

Due: 13 May, 2024 (in 12 days)Agency: Jacksonville International Airport

BPA FOR DOMESTIC AND INTERNATIONAL AIR TICKETS - BTML

Due: 28 Jul, 2025 (in 15 months)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

488 -- Support Activities for Transportation/488190 -- Other Support Activities for Air Transportation