Search Contract Opportunities

Joint Terminal Attack Controller (JTAC) PTE & FTE's

ID: H92240-22-R-0005 • Type: Presolicitation

Description

Posted: Feb. 23, 2023, 6:33 p.m. EST

H9224022R0005-0004 Amended

H9224022R0005-0003 Amended to formally extend the proposal due date and to allow the Government additional time to address industry questions; additional RFP amendment updates to be forthcoming.

H9224022R0005-0002 Amended to formally extend the proposal due date and to allow the Government additional time to address industry questions; additional RFP amendment updates to be forthcoming.

H9224022R0005-0001 Amended to re-open the solicitation.

The Contracting Department, Naval Special Warfare (NSW) intends to award a Competitive, Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract limited to ELIGIBLE SBA 8(a) CONCERNS. Competition is limited solely to eligible 8(a) concerns under the Small Business Administration 8(a) Program and will use procedures under FAR Part 15, Contracting by Negotiation and FAR Subpart 19.8, Contracting with the Small Business Administration (The 8(a) Program). The Contractor shall provide Part Time Equivalent (PTE) and Full Time Equivalent (FTE) Joint Terminal Attack Controller (JTAC) professionals in support of NSW.

This acquisition will be a 100% 8(a) Set Aside under NAICS code 611430 (Size Standard $13M).

A complete Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP) package will be available for downloading at the Sam.Gov website around the 6th of September 2022. The Government intends to award an IDIQ contract and the initial task orders prior to the 30th of September.

By submitting a proposal, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov.

Posted: Feb. 21, 2023, 4:16 p.m. EST
Posted: Feb. 14, 2023, 4:44 p.m. EST
Posted: Feb. 1, 2023, 6:11 p.m. EST
Posted: Feb. 1, 2023, 5:11 p.m. EST
Posted: Sept. 22, 2022, 4:07 p.m. EDT
Posted: Sept. 14, 2022, 4:50 p.m. EDT
Posted: Sept. 7, 2022, 1:13 p.m. EDT
Posted: Aug. 31, 2022, 7:53 p.m. EDT
Background
The Contracting Department, Naval Special Warfare (NSW) intends to award a Competitive, Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract limited to ELIGIBLE SBA 8(a) CONCERNS. The competition is limited solely to eligible 8(a) concerns under the Small Business Administration 8(a) Program and will use procedures under FAR Part 15, Contracting by Negotiation and FAR Subpart 19.8, Contracting with the Small Business Administration (The 8(a) Program). The Contractor shall provide Part Time Equivalent (PTE) and Full Time Equivalent (FTE) Joint Terminal Attack Controller (JTAC) professionals in support of NSW. This acquisition will be a 100% 8(a) Set Aside under NAICS code 611430. A complete Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP) package will be available for downloading at the Sam.Gov website around the 6th of September 2022. The Government intends to award an IDIQ contract and the initial task orders prior to the 30th of September.

Work Details
The objective of this requirement is to establish a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) type contract for part-time equivalent (PTE) and full-time equivalent (FTE) JTAC personnel support to provide programmatic training, program management, curriculum development support, as well as, academic instruction, to include practical field exercises that result in operators that are qualified and certified to conduct SOF JTAC operations as detailed at the task order level.

The Contractor shall provide the personnel, management, materials, and supplies necessary to plan, schedule, execute and document JTAC training, as well as capture and report lessons learned. The training consists of a number of tactical scenarios for service members that direct and engage in close air support and offensive air operations.

Period of Performance
This contract contains a five-year ordering period starting on the date of contract award.

Place of Performance
Primary place of performance shall be in Norfolk, VA, Imperial Beach, CA, or Pearl City, HI, based on which NSWC Group is supported and shall be identified at the task order level. Short term training locations are specified in paragraph 13.2.

Overview

Response Deadline
Feb. 28, 2023, 7:00 p.m. EST (original: Sept. 15, 2022, 1:00 p.m. EDT) Past Due
Posted
Aug. 31, 2022, 7:53 p.m. EDT (updated: Feb. 23, 2023, 6:33 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$15 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
57% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 8/31/22 Naval Special Warfare Command issued Presolicitation H92240-22-R-0005 for Joint Terminal Attack Controller (JTAC) PTE & FTE's due 2/28/23. The opportunity was issued with a 8(a) (8A) set aside with NAICS 611430 (SBA Size Standard $15 Million) and PSC U099.
Primary Contact
Name
Matthew J. Morelewski   Profile
Phone
(757) 375-1953

Documents

Posted documents for Presolicitation H92240-22-R-0005

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation H92240-22-R-0005

Contract Awards

Prime contracts awarded through Presolicitation H92240-22-R-0005

Incumbent or Similar Awards

Contracts Similar to Presolicitation H92240-22-R-0005

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation H92240-22-R-0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation H92240-22-R-0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > US SPECIAL OPERATIONS COMMAND (USSOCOM) > NAVAL SPECIAL WARFARE COMMAND
FPDS Organization Code
97ZS-H92240
Source Organization Code
500043644
Last Updated
March 15, 2023
Last Updated By
matthew.morelewski@socom.mil
Archive Date
March 16, 2023