The RFP Database
New business relationships start here

TECHNICAL, MANAGEMENT AND LOGISTICS SUPPORT FOR PRODUCT MANAGER SMALL UNMANNED AIRCRAFT SYSTEMS


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

  

 
 
SOURCES SOUGHT NOTICE (SSN) / MARKET RESEARCH

TECHNICAL, MANAGEMENT AND LOGISTICS SUPPORT

FOR 

PRODUCT MANAGER SMALL UNMANNED   
 AIRCRAFT SYSTEMS

 

GENERAL INFORMATION

Document Type: Request for Information / Market Research Solicitation Number:  XXXXSSN

Posted Date:  19 March 2018

Response Date: 06 April 2018

Classification Codes: 15 - Aircraft and Airframe Structural Components

R - Professional, Administrative and Management Support Services U - Education and Training Services

NAICS: 336411 with a Small Business Administration size standard of 1,500 employees

 

 

DESCRIPTION
 

This is a Sources Sought Notification (SSN) only, as defined in FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. All interested parties are encouraged to respond to this SSN. Responses to this notice shall not be construed as offers and cannot be accepted by the Government to form a binding contract. The U.S. Government will not pay for any information or administrative cost incurred in response to this SSN. All costs associated with responding to this SSN will be solely at the expense of the interested party. Not responding to this SSN will not preclude participation in any future RFP if issued.

 

The Government is conducting market research for the Small Unmanned Aircraft Systems (SUAS) Product Office (SUAS PdO), Redstone Arsenal, Alabama to identify and determine potential sources to support the SUAS PdO and its customers with technical, management, training, repairs, and logistics.

 

This SSN is issued for the purpose of conducting market research which will be used to formulate an acquisition strategy. There is no solicitation package available at this time. This SSN allows potential contractors to submit a non-binding statement of interest and documentation demonstrating their corporate capabilities size and social economic characterization IAW NAICS size standards and suggestions that will allow the Government to refine its potential acquisition course of action for this effort.

 

The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.




BACKGROUND
 


The current fleet of RavenTM (RQ-11B) and PumaTM (RQ-20A) AECV (All Environment Capable Variant) SUAS is managed by the TUAS PdO, Redstone Arsenal, Alabama. The RQ-11B and RQ-20A are Reconnaissance, Surveillance, Targeting, Acquisition, (RSTA) tools.  The systems transmit live airborne video images, compass headings and location information to a Ground Control Station (GCS) and to a Laptop Computer. This capability enables operators to navigate, search for targets, recognize terrain, and record all information for analysis. A system generally consists of the following basic components: Unmanned Aircraft (UAs); Ground Control Station (GCS); Electro-Optic/Infrared (EO/IR) Payloads; RSTA Computer Kit and Field Repair Kit. An Initial Spares Package (ISP) is included for operation and support of the basic system components. Current systems fielded are the RQ-11B (2,485 qty) and the RQ-20A (1402 qty); other systems may be added in the future, i.e. Short Range Reconnaissance (SRR) (2,589 qty). A Frequency Spectrum Relocation Engineering Change Proposal Effort is ongoing which will update the RQ-11B and the RQ-20A into the RQ-11C and RQ-20C which will be an update to the Radios and Flight Control Systems as well as the incorporation of the Tactical Open Government Owned Architecture (TOGA) Handheld Ground Control Station (HGCS) (4,950 qty) which will be a replacement of the existing HGCS and RSTA.

 

REQUIREMENTS SCOPE
 

The Natick Contracting Division-Orlando, on behalf of the SUAS PdO, is seeking qualified business candidates that can provide Technical, Management and Logistics services (for new and existing systems) to support the full spectrum of SUAS systems for current and future Warfighter needs. Potential vendors should have the capability to support all areas of the Attached DRAFT Work Breakdown Structure (WBS). The desired location of the contractor provided Inventory Control Point (ICP) and/or repair facility is no further than 25 miles in one-way driving distance from the nearest active Redstone Arsenal, Al gate. The anticipated Period of Performance for this ID/IQ contract is five (5) year ordering periods.

 

NAICS CODE AND SIZE STANDARD
 

  NAICS: 336411 with a Small Business Administration size standard of 1,500 employees

 

SUBMISSION REQUIREMENTS
 

Written responses to this SSN are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include the following:

 

•1.     A company profile to include size determination IAW Small Business Administration (SBA) business size classification (i.e. Other Than Small; Small; Small Disadvantaged; Veteran Owned; Service Disabled, Veteran Owned; or HUBZone), number of employees, Cage Code, DUNS number,  major products, primary customer  base, statement on whether  your  interest  in this




sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. Companies should indicate whether they are a manufacturer or non-manufacturer, based on the regulation contained in FAR 19.102(f).

 

•2.      A description of your company's past experience and performance of similar contracts.

 

•3.     A summary of your company's capability and approach to meet the requirement. In addition, provide feedback on any of the Government's objectives which may unnecessarily drive schedule and/or cost. Indicate how those objectives may be tailored to improve schedule or reduce cost.

 

•4.  Provide a clear and concise delineation of capabilities and technical description of how their solutions address a capability area and enabling technologies therein.

•5.  Identify intellectual property and data rights; as well as, the availability of all software and hardware components.

•6.  Assess the maturity and interoperability of the solution, citing any open architectures, and interoperability standards employed.

•7.  Summarize the current application of the technology, if it has been recently fielded or demonstrated, and associate programs and/or sponsors.

 

•8.     Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. Respondents are urged to limit marketing material in order to provide more substantive information in their response. The Government will not review any pages beyond the limits stated or information including appendices, marketing brochures, catalogs, videos, etc. The Government will evaluate the responses to help identify interest and the ability of the vendor community to provide support in the areas outlined in this SSN. Information received in response to this notice will not be duplicated or used for any purposes other than those stated in this notice.

 

•9.     All responses should be received no later than 3:00PM EST, 06 April 2018. Formats should be viewable in Microsoft Word 2010® or Adobe Reader ®. No telephonic discussions will be held. Limited questions and comments will be entertained, and must be in writing via email. The government maintains Government Purposed Data Rights; therefore it will not be able to provide data to interested sources for the SSN. All interested offerors must be registered in Central Contractor Registry (CCR) and ORCA under this NAICS specified in this SSN to be eligible for award of Government contracts. EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SSN. Submit responses to the following:


Point of Contact:


Ashley Walker

Ashley.C.Walker.ctr@mail.mil ; (407)208-3186

Contract Specialist

Contracting Office Address:

U.S. Army ACC-APG Natick Contracting Division

13501 Ingenuity Drive, Suite 200

Orlando, FL 32826


Ashley C. Walker, Contract Specialist, Phone 4072083186, Email ashley.c.walker.ctr@mail.mil - Cornel D. Codner, Contracting Officer, Phone 4072083094, Email cornel.d.codner.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP