The RFP Database
New business relationships start here

Warehouse Operations Management, Supply Chain Management, and supporting Logistics Program Management for SUAS and Training and Fielding required to support the TUAS Product Office in CONUS and OCONUS


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

The U.S. Army Contracting Command - APG, Natick Contracting Division, Milford, MA, 01757, intends to issue the following synopsis W911QY-18-R-0044 as a Small Business Set-aside for Small Unmanned Aircraft Systems Warehouse Operations Management, Supply Chain Management, and supporting Logistics Program Management. The Government intends to issue one (1) single award Firm Fixed Priced (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) commercial contract. Maximum contract value will be $99 million over the five (5) year life of the contract.

A Sources Sought Notice was published in the FedBizOpps on March19, 2018, where more than two small businesses responded that were judged to be able to meet the requirements. Based on this and other Market Research, a determination was made to set the effort aside 100% for Small Business. Therefore, only qualified Small Business offerors may submit their Proposals for the anticipated Solicitation.


This requirement will provide Warehouse Operations Management, Supply Chain Management, and supporting Logistics Program Management for the Family of Small Unmanned Aircraft System (FoSUAS) as well as Training and Fielding required to support the Tactical Unmanned Aircraft Systems (TUAS) Product Office (PdO) in CONUS and OCONUS, as well as its domestic and foreign customers. FoSUAS provides support for Group I UAS products, primarily the RQ-20A (Puma) and RQ-11B (Raven), make up the current fleet. In the future, Group I UAS products will consist of the SRR, MRR, and LRR aircraft as well as the H-GCS. The US Army is not currently fielding any Group II UAS, however there may be support required in the future. Group II Aircraft weigh between 21 and 55 pounds. The current contract that supports these efforts will end in June 2019.

The current fleet of SUAS includes:


• 2175 RQ-11B systems in the inventory
• 338 RQ-20A systems in the inventory
• 34 Non-Standard Equipment (NSE) SUAS Desktop Training Systems. These Desktop Training Systems are embedded in select active duty and reserve component installations worldwide.

A brief synopsis of the support required for these systems as well as future modified systems, and new SUAS acquisitions are as follows:


Facilities Provide a climate controlled facility for warehouse, repair, and logistic services to take place (hereafter referred to as the SUAS Contractor Depot) within 25 miles one-way distance from the PdO TUAS official duty station (Redstone Arsenal, AL). Currently there are Government representatives that work in the ICP/warehouse facility on an on-going basis. That oversight is expected to continue during this contract.


Contractor Logistics Support provides Warehouse Operations Management, Supply Chain Management, and other supporting services necessary to sustain the current program managed systems identified above and any newly acquired or program managed systems during the life of the contract.


Contractor Logistics Support Services maintain the currency of the FoSUAS Integrated Master Schedule (IMS). The IMS shall contain the networked tasks necessary, in real-time, to ensure successful program/contract execution of the Contractor Logistics Support Services.


SUAS Training Conduct Flight Training at Government provided training in both CONUS and OCONUS locations following Government provided schedules, Training Support Packages (TSPs), lesson plans, and Periods of Instruction (POI). Student to Instructor ratio shall not exceed 4:1 during any flight training event and 16:1 during any classroom training event unless approved by the government. Provide experienced instructors with a minimum one year practical SUAS Master Trainer/Instructor experience. SUAS Instructor candidates must obtain certification on all current program managed products and receive Project Manager, Unmanned Aircraft Systems (PM-UAS) Government Flight Representative (GFR) approval prior to conducting training.


SUAS Fielding The Contractor shall conduct SUAS fielding activities by performing general supply transactions using appropriate DoD documentation


SUAS Warehousing Conduct warehousing operations on a daily basis.


SUAS Repairs Provide Repair Technicians necessary to perform repair services for the current program managed fleet, future modified systems, and new SUAS acquisitions. Repair Technicians must complete Contractor provided SUAS Training Program. SUAS system quantities are referenced above


SUAS Field Service Representatives (FSRs) Provide FSR's to perform Contractor Logistics assistance tasks such as training, fielding, repairing, or supply chain management for worldwide contingency operations at the direction of the Government.


The approximate percentage of effort in each area of focus is: Flight Training - 30%, Contractor Logistics (includes repair) - 60%, Technical/Program Management - 10%.

A Single award, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract is planned to support this effort. The contract Ordering Period is five years. Specific date(s) and place(s) of delivery, acceptance and FOB point will be specified in the individual Task orders. The IDIQ contract award is currently scheduled for June 2019, and shall have a cumulative maximum ceiling of $99M for all orders.


This notice does not constitute a Request for Proposal (RFP), or a promise to issue an RFP in the future. No response to this notice is required, and non-responding will not preclude participation in any future RFP if issued. Proposals will be due 30 days after release of the RFP. Firms will not be reimbursed for any costs associated with proposal preparation.


Any questions and/or inquiries may be submitted ONLY by e-mail to Trisha Scott, at trisha.r.scott.civ@mail.mil or Michael D'Alessandro at michael.dalessandro6.civ@mail.mil.


The closing date of this notice is October 18, 2018. Offeror must be registered in System for Award Management (SAM) database before an award. If the offeror is not registered in SAM it may do so at https://www.sam.gov The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.


Trisha R. Scott, Contract Specialist, Phone 5082336517, Email trisha.r.scott.civ@mail.mil - Michael D'Alessandro, Contracting Officer, Phone 5082336112, Email michael.dalessandro6.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP