The RFP Database
New business relationships start here

Request for Information (RFI) for Hunter Contractor Logistics Services (CLS) for Fiscal Years 2016-2018


Alabama, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY

This RFI is issued solely for information and planning purposes and to identify interested sources. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Funding is not available at this time. This request for information does not commit the Government to contract for any supply or service. Further, the U.S. Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this subject.

The information provided in this RFI is subject to change and is not binding on the Government. The U.S. Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as a commitment or as authorization to incur costs for which reimbursement would be required or sought. All submissions will become Government property and will not be returned.

Responses may include data that the respondent does not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend:

Use and Disclosure of Data
This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed, in whole or in part, for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets (insert numbers of other identification of sheets). Your company may also mark each sheet of data it wishes to restrict with the following legend: quote mark Use of disclosure of data contained on this sheet is subject to the restriction on the title page of this response. quote mark

In addition, foreign participation is excluded from participating in response to this RFI.

BACKGROUND:
The Hunter Unmanned Aircraft System (UAS) is a joint UAS in service with the U.S. Army since 1989 The Hunter UAS provides a capability to obtain information important to battlefield management including real-time imagery intelligence, reconnaissance, surveillance, artillery adjustment, target acquisition, battle damage assessment, battlefield observation, and signal intelligence.

DESCRIPTION: This is a follow-on requirement for contractor logistics support (CLS) services (operations and maintenance support) to sustain the Hunter UAS both fielded and stored. The UAS Project Office is seeking if there are any alternative sources capable of providing the following services. Potential responders must be capable of maintaining interoperability with the UAS Ground Control Stations, One System Remote Video Terminals, and other Army aviation platforms. The requirement includes:

a.    Depot/asset management which includes maintenance, technical publications, supply support, obsolescence, and reliability, availability, and maintainability (RAM). The offeror must be able to provide an inside area of 90,000 square feet, of which 75,000 square feet must be temperature- and humidity-controlled and an outside secured (fenced) storage area not less than 400,000 square feet.
b.    Technical management to include systems, sustaining, and software engineering, engineering analysis, engineering test support, configuration management, quality assurance, and safety.
c.    Flight operations management to include field level maintenance, flight line support to tactical and training units and training exercises in the contiguous United States (CONUS) and outside the CONUS (OCONUS). Flight line support consists of maintaining a field support team at each supported site and during OCONUS deployments for contingency operations.
d.    Program management to include integrated product teams, UAS Project Office reviews, site visits, security, and financial management.
e.    Contract options for engineering, sustainment, and technical support for Government-Owned Contractor-Operated deployments, supply support activity and expeditor support OCONUS, capabilities-based rotational support for other contingency operations, Rapid Integration Acceptance Center support, interoperability, exercises/payload demonstrations, and universal products fielding and training.
f.    The offeror must be able to establish agreements with the manufacturer of the Hunter UAS and the Hunter payload to include Israel Aerospace Industries (IAI), Ltd and its divisions MHT (also known as Mahut), MALAT, and TAMAM; ELTA Systems, Ltd., (a group and subsidiary of IAI); and APL Automobil-Pruftechnik Landau GmbH (the heavy fuel engine manufacturer/integrator).
Services will be provided at Ft. Hood, TX, Rapid Integration Acceptance Center, Dugway Proving Grounds, UT, Cochise College flight line, AZ and OCONUS locations, as required.

A sufficient/adequate Technical Data Package (TDP) suitable for competition for this requirement does not exist. The TDP is Level 2 with instructions. However, the TDP has not been maintained or updated since fiscal year 1995. The Government intends to award one contract.

Periods of Performance/Delivery:
Basic Hunter CLS for FY 2016 with two options years for 2017 and 2018. The additional contract options listed above will be for FYs 2016, 2017, and 2018. The period of performance for the base year 2016 will be 6 months and 12 months for all other options.

Justification and Approval (J&A) History:
The J&A for the FYs 2013-2015 Hunter UAS CLS requirement was approved 18 May 2012 and authorized pursuant to the authority of Title 10 United States Code (USC) Section 2304(c)(1) as implemented in Federal Acquisition Regulation (FAR) 6.302-1, 6.302-1(a), quote mark Only one responsible source and no other supplies or services will satisfy requirements. quote mark The J&A for the Hunter CLS FYs 2008-2012 requirement was approved 17 August 2007 and authorized pursuant to the authority of 10 USC 2304(c)(1), as implemented by FAR 6.302-1, quote mark Only one responsible source or a limited number of responsible sources, and no other supplies or services will satisfy agency requirements. quote mark

Security Requirements:
Security requirements for the contract will be Top Secret facility and Top Secret for select individuals for discussion purposes only. A clearance level of Secret will be required for all other personnel. Interested parties will also be required to maintain a valid US Government COMSEC account throughout the period of performance of the requirement.

Responses:
Interested parties are requested to respond to this RFI with a white paper no more than10 pages, The response should describe your experience in sustainment/maintenance and flight operations of the Hunter UAS. Responses are due no later than 17 August 2015, 5 pm CST.

Contracts Points of Contact (POC): Primary - Ms. Paige Knott, Contract Specialist, paige.n.knott.civ@mail.mil. Secondary - Mr. Steve Keiser, steven.d.keiser2.civ@mail.mil.

Technical Point of Contact: Primary - Ms. Donna Hightower, donna.hightower.civ@mail.mil and/or Secondary - MAJ Tom Jagielski, thomas.d.jagielski.mil@mail.mil.


Paige Nunn Knott, (256)842-6742

ACC-RSA - (Aviation)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP