Requirement Primary Point of Contact:
Aaron Wetherington, Program Analyst (aaron.r.wetherington.civ@us.navy.mil)
Contracting Primary Point of Contact:
Lauren Wright, Contract Specialist (lauren.a.wright23.civ@us.navy.mil)
Alternate Point of Contact:
Matt Rhodes, CAS IPT Lead (james.m.rhodes88.civ@us.navy.mil)
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 applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 488190 with a Small Business size standard of 1,500 employees or $40 Million. The applicable Product Service Code (PSC) is V121.
All interested parties must be registered in SAM.gov to be eligible for award of Government contracts.
Background:
The Naval Air Systems Command (NAVAIR) Program Manager, Adversary and Specialized Aircraft (PMA-226) is issuing this source sought for one or more Contractor Owned Government Operated (COGO) Boeing 737- Next Generation (NG) (-600/-700/-800/-900) series with a Primary Flight Display/Navigation Display (PFD/ND) configured aircraft where all required operational, logistical, and engineering services are to be provided by the Contractor in support of E-6B Mercury pilot training. In addition, the U.S. Navy will require initial pilot differences training that would include simulator and inflight training for 8-10 Fleet Replacement Squadron (FRS) instructors. The Government would assume flight qualification and airworthiness certification after completion of differences training.
E-6B pilots require regular landing practice to maintain currency. Repeated landings on mission-equipped fleet aircraft have a negative impact on material condition and Ready For Tasking (RFT) of the aircraft. The Navy is seeking to provide this capability in order to improve training while reducing flight hours and cycles on the current fleet of E-6B aircraft. The proposed procurement is for a base year and four one-year options from FY26 through FY31.
REQUIRED CAPABILITIES
Interested contractors may submit a capability statement identifying their interest and capability to respond to the requirement. Only capability statements received on or before the response date indicated in this notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Capability statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications:
COGO would allow for Navy Pilot in Command (PIC) and Instructor Pilot (IP) to pilot the aircraft, likely to be considered Public Aircraft Operations, but would be operated as Civil Aircraft Operations when piloted by Contractor personnel. NAVAIR will heavily leverage the Boeing 737- Next Generation (NG) (-600/-700/-800/-900) series Federal Aviation Administration (FAA) Type Certificate.
NAVAIR is requesting information from interested parties that have the qualifications to provide aircraft and operational support for a U.S. Navy Boeing 737- Next Generation (NG) (-600/-700/-800/-900) series inflight trainer. The desired concept of operations is to provide "turnkey" operational support to the Navy in order to conduct currency flights for Student Naval Aviators (SNA) and currency flights for squadron pilots. The current plan is to base operations from Tinker Air Force Base (AFB) (KTIK) or Will Rogers Airport (OKC), Oklahoma City, Oklahoma.
NAVAIR is requesting information from interested parties that have the qualifications to provide the maintenance and logistical support for a CAS COGO IFT.
The contractor would maintain the Boeing 737- Next Generation (NG) (-600/-700/-800/-900) series airframe and engines in compliance with FAA practices and applicable Maintenance Planning Documents, specifically 14 Code of Federal Regulations (CFR) Part 43. Maintenance will include all scheduled and unscheduled maintenance for the aircraft and engines as well as compliance with any current or future Airworthiness Directives (AD). If deviations are required, the contractor shall obtain them via the proper channels. All maintenance and overhaul activities for this effort would be required to show compliance with a current FAA Type Certificate, all Airworthiness Directives, Advisories and Service Bulletins (SB), Original Equipment Manufacturers (OEM) Service Bulletins, appropriate FAA Noise Compliance, and requirements for a NAVAIR.
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 26, 2025, at 04:00 PM 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 aaron.r.wetherington.civ@us.navy.mil, james.m.rhodes88.civ@us.navy.mil, and lauren.a.wright23.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 submit any non-proprietary questions via email to lauren.a.wright23.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 CONTENT
The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the requirements above.
- Company Profile (Title Page):
-
- Company’s Name and Address
- Company’s point of contact including email address and phone number who are able to discuss the response submitted.
- Company’s business size and list of NAICS codes under which goods and services are provided
- General corporate information
- Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disable, veteran owned, HUB ZONE, etc.)
- Major products and primary customer base
- Statement whether interest in this sources sought notice is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities
- 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 2,400 flight hours per year?
- What general timelines are associated with aircraft integration and FAA approval?
- 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?
- You will be required to obtain, distribute, and maintain Original Equipment Manufacturer (OEM) product sets for each TMS of IFT aircraft. A complete product set shall be provided and stored on each IFT aircraft. Additionally, four (4) OEM product sets shall be provided to the Navy Instructor Pilots directly.
- Boeing 737 Airplane Flight Manual (AFM)
- Boeing 737 Flight Crew Operations Manual (FCOM) Volumes I/II and Quick Reference Handbook (QRH)*
- Boeing 737 Flight Planning Performance Manual (FPPM)
- Aircraft Performance Manual (APM)
- Quick Reference Handbook (QRH)
- Mission Specific Requirements:
- 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 2,400 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
*Please see the attachment "E6B_reComp_Sources_Sought_Requirements" for detailed requirements.