Search Contract Opportunities

USNTPS T-38C Replacement

ID: N00421-USNTPS-T38C • Type: Sources Sought

Description

The Naval Air Warfare Center Aircraft Division (NAWC-AD) Specialized and Proven Aircraft Program Office (PMA-226) is seeking information regarding industry's ability to provide a replacement for the T-38C Talon aircraft as well as full spectrum logistical support (e.g. maintenance, aircraft launch and recovery, training, publications, peculiar support equipment, etc.) on site in Government provided facilities to be used as a key tool for future Test Pilot and Flight Test Engineer training at the United States Naval Test Pilot School (USNTPS). The T-38C replacement at USNTPS is unofficially being called the Primary Jet/Systems Trainer (PJ/ST). The PJ/ST is considered a graduate-level trainer and should be able to fulfill the requirements set forth in the USNTPS fixed-wing syllabus, to include on-deck and airborne handling/flying qualities, performance, and mission systems testing.

In general, the aircraft will be required daily in order to support a total of approximately 1,000-1,200 hours per fiscal year (15-20 sorties per week, 2-3 simultaneous sorties, twice per day). The Contractor shall also provide USNTPS Aircrew and Systems subject matter experts the training necessary to independently operate and instruct in support of selected aircraft and systems.

The purpose of this Sources Sought (SS) is to determine the acquisition strategy for satisfying this requirement according to the T-38C Replacement, Initial Requirements attachment. The results of this Sources Sought will be used to determine if unrestricted competition or Small Business opportunities exist. Upon evaluation of industry's capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify subcontracting goals.

The anticipated North American Industry Classification System (NAICS) Code to be utilized for this acquisition is 336411 Aircraft Manufacturing. The Product Service Code (PSC) is V121.

REQUIRED/DESIRED CAPABILITES

The PJ/ST initial capabilities and attributes to be considered for feasibility, estimated cost, and schedule are listed in the T-38C Replacement, Initial Requirements attachment. Please note this list is not all-inclusive.

STATEMENT OF INTEREST AND CAPABILITIES PACKAGE

Interested parties may identify their interest and capabilities in response to this Sources Sought notice. Submission requirements are detailed below. Questions regarding the T-38C Replacement, Initial Requirements attachment may be provided in your capabilities statement package. All data received in response to this notice, marked or designated as corporate or proprietary, will be 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 parties should submit a brief capabilities statement package (no more than fifty (50) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 12 point) demonstrating their capability to perform each of the services listed in this sources sought, to the contracting office. This documentation must address, at a minimum, the following items:

  1. Briefly identify your company's design and development experience, production capability, and capacity to deliver the requirements set forth in this source sought.
  2. What is your proposed aircraft solution to meet the requirements set forth in the T-38C Replacement, Initial Requirements attachment?
  3. Respondents to this notice must also indicate whether they are a large business or qualify as a Small Business concern, Veteran-owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), 8(a), Historically Underutilized Business Zone (HUBZone) small business concern or Service-Disabled Veteran Owned Small Business Concern.

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. If your company is registered in https://sam.gov as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern, provide an explanation of your company's ability to perform at least 50% of the tasking for the proposed contract as the prime.

  1. What specific technical skills does your company possess which ensures your capability to perform the tasks requested in this sources sought?
  2. Provide a description of potential technical/system solutions and Rough Orders of Magnitude that address the required and desired capabilities.
  3. Include in your response your ability to possess and maintain minimum secret level facility clearance.

SUBMISSION DETAILS

Capability statements in response to this sources sought must be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email, to Brad Dioguardo, bradley.dioguardo.civ@us.navy.mil and Bret Middleton, bret.c.middleton.civ@us.navy.mil. The deadline for capability statement submission is 13 April 2023 at 5:00PM EDT.

All subsequent documents and publically releasable information will reside on SAM.gov. It is recommended that interested business check https://sam.gov frequently for any updates.

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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

Overview

Response Deadline
April 23, 2023, 5:00 p.m. EDT (original: April 14, 2023, 5:00 p.m. EDT) Past Due
Posted
March 14, 2023, 10:45 a.m. EDT (updated: April 10, 2023, 9:28 a.m. EDT)
Set Aside
None
Place of Performance
Patuxent River, MD 20670 United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
42%
On 3/14/23 NAWC Aircraft Division issued Sources Sought N00421-USNTPS-T38C for USNTPS T-38C Replacement due 4/23/23. The opportunity was issued full & open with NAICS 336411 and PSC V121.
Primary Contact
Name
Brad Dioguardo   Profile
Phone
None

Secondary Contact

Name
Bret Middleton   Profile
Phone
None

Documents

Posted documents for Sources Sought N00421-USNTPS-T38C

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought N00421-USNTPS-T38C

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00421-USNTPS-T38C

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00421-USNTPS-T38C

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
April 24, 2023
Last Updated By
brad.dioguardo@navy.mil
Archive Date
April 24, 2023