InvestorsHub Logo
Followers 297
Posts 11829
Boards Moderated 6
Alias Born 02/02/2014

Re: None

Saturday, 12/21/2019 11:14:36 AM

Saturday, December 21, 2019 11:14:36 AM

Post# of 31087
Federal Contract Opportunity CAS_AAR_RFI - Official beta.SAM.gov Record.

https://beta.sam.gov/opp/db6fb963242c46a4b242c55eecdd414f/view?keywords=CAS_AAR_RFI&sort=-relevance&index=&is_active=true&page=1

Scroll down and you can find the dated updates and links to download the pdf files for Draft RFP and Industry Day Info to your computer to read.

-----------------------------------------------------------------------
Federal Contract Opportunity CAS_AAR_RFI - Updates On-line So Far.

[additional carriage returns by me for ease of reading - otherwise verbatim]
-----------------------------------------------------------
Update 2 - Posted Dec 17, 2019:

THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE.

The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office (PMA- 226), Contracted Air Services (CAS) program intends to conduct a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity Multiple Award Contract competition for CAS Aerial Refueling Services.

The planned ordering period will have a base ordering period of four (4) years 364 days, and one (1) four (4) years 364 days Option ordering period for a total ordering period of nine (9) years 363 days, if the option period is exercised.

No single task order will have a period of performance greater than 4 years 364 days.

Since this acquisition is intended to be a 100% Small Business set-aside, only Small Businesses will be considered for award of this requirement.

The applicable North American Industry Classification System (NAICS) code for this requirement is 488190 and the Product Service Code (PSC) is V121.

The CAS program provides contractor owned, operated, and maintained aerial refueling aircraft to the Department of the Navy (DoN) for Fleet and Test customers for Air-to-Air Refueling (AAR) services to multiple aircraft types in order to satisfy fleet training, operational, Test and Evaluation (T & E), and Foreign Military Sales (FMS) requirements.

Operational locations include multiple Continental United States (CONUS) detachment operation sites, and foreign and remote operating bases Outside the Continental United States (OCONUS).

The Government is hereby releasing selected portions of the Draft Request for Proposal (RFP). Draft Sections A, B, C, F, and Non-Standard H-1 and H-2 clauses are provided for comment.

This Draft RFP contains publicly releasable, unclassified documentation, which is posted herein.

All subsequent Draft RFP documents and publicly releasable information will reside on the System for Award Management (SAM). It is recommended that interested Offerors check the SAM site frequently for any updates.

COMMENTS, CLARIFYING QUESTIONS, AND RESPONSES:

The Government requests all interested parties to provide comments to the released Draft RFP sections and responses to the following questions.

However, interested parties are not limited to the below questions and are encouraged to take this opportunity to ask questions regarding the contracting strategy or other questions, as necessary:

What aircraft and refueling systems do you plan to submit in support of this contract?

Will all aircraft that you plan to support this contract be the same model and refueling system?

What is the amount of time it will take for the vendor to establish capability that meets the PWS requirements?

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.

Information released in 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 draft form reflects current Government intentions and is subject to change based on a variety of circumstances, including both internal and external comments; and the formal solicitation is the only document that should be relied upon in determining the Government's requirements.

Responses: Interested businesses shall submit responses electronically to Mr. Chris Woehrer, chris.woehrer@navy.mil and Ms. Karl Maria Ramdass, karl.ramdass@navy.mil in Microsoft Word or Portable Document Format (PDF) no later than 11:00 am EST on 8 January 2020.

All data received in response to this announcement, marked or designated as corporate or proprietary, will be fully 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.

Primary Point of Contact: Chris Woehrer, Contract Specialist chris.woehrer@navy.mil Phone: (301) 757-6517 Fax: (301) 995-0353

Secondary Point of Contact: David Silverstone, Contracting Officer david.silverstone@navy.mil Phone: (301)-757-2528
------------------------------------------------------------------------
Update 1 - Posted Oct 16 2019:

UPDATE: 10/16/19 Industry Day Briefs (dated 9/12/19) have been uploaded to this record. Files attached are:

AAR Airworthiness Brief

AAR Industry Day Presentation

Join the InvestorsHub Community

Register for free to join our community of investors and share your ideas. You will also get access to streaming quotes, interactive charts, trades, portfolio, live options flow and more tools.