CORPORATE AIRCRAFT SERVICE PROGRAM CASP (CASP) AGR

SOL #: 1305M226Q0068Combined Synopsis/Solicitation

Overview

Buyer

Commerce
National Oceanic And Atmospheric Administration
DEPT OF COMMERCE NOAA
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components (J015)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 24, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 13, 2026, 3:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The National Oceanic and Atmospheric Administration (NOAA), under the Department of Commerce, is soliciting proposals for a Corporate Aircraft Service Program (CASP) Agreement for its Beechcraft King Air B300CER aircraft (SN FM-21/N68RF and FM-80/N67RF). This Total Small Business Set-Aside opportunity seeks a firm-fixed-price protection plan for Collins Avionics, crucial for maintaining operational readiness for coastal mapping and emergency response missions. Proposals are due by April 13, 2026, at 11:00 AM EST.

Scope of Work

The requirement is for non-personal services to provide a CASP, functioning as an insurance policy for replacement avionics parts for the entire Collins Avionics installation on the specified NOAA King Air aircraft. Key aspects include:

  • Repair or replacement of Collins Avionics products under active CASP warranty that do not meet operational specifications.
  • Provision of next-day air freight for parts within the Continental United States (including Alaska and Hawaii).
  • Coverage of unit removal and re-installation (R&R) and system troubleshooting costs by authorized Collins Dealers/Service Agencies.
  • Provision of a no-cost rental unit if applicable until the repaired unit is returned.
  • The plan must offer full protection responsibility for all installed Collins components, with proposals detailing any exclusions.
  • Replacement components for intermittent or hard failures should be shipped directly to the aircraft's location.

Contract Details

  • Contract Type: Firm-Fixed-Price Purchase Order.
  • Period of Performance: Two (2) years from the date of award, anticipated to begin after the current CASP warranty expires on March 16, 2026.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 488190 (Other Support Activities for Air Transportation) with a $40 Million size standard.
  • Place of Performance: U.S. DOC/NOAA AIRCRAFT OPERATIONS CENTER, 3450 FLIGHTLINE DRIVE, LAKELAND FL 33811.
  • Brand Name: This is a brand-name requirement for Collins Aerospace due to exclusive licensing, proprietary data, and OEM certifications.

Submission & Evaluation

  • Proposal Submission: Electronically via email to Chelsea.Vera@noaa.gov.
  • Required Documents: Quotes must include signed copies of the SF 1449 and SF 30(s), and a Contractor Past Performance Information Form detailing relevant experience within the last three years (max three contracts).
  • Offer Validity: Offers must be valid for a minimum of 60 days.
  • Evaluation Criteria: Proposals will be evaluated based on Price, Technical Acceptability/Capability (including authorized reseller status for Collins Aerospace), and Past Performance.
  • Questions Due: All questions must be submitted in writing via email to Chelsea.Vera@noaa.gov no later than April 3, 2026.
  • Site Visit: A site visit is recommended but not required.

Eligibility & Notes

  • Offerors must have an active registration in the System for Award Management (SAM).
  • Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).
  • The solicitation incorporates provisions and clauses by reference, and Department of Labor Wage Rate WD 2015-4541 (for Florida, Polk County) is attached and must be factored into proposals.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
View