Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2010 FBO #2969
SOLICITATION NOTICE

A -- SAND DRAGON-Tier II UAS for Route Surveillance

Notice Date
1/8/2010
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Wright Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, Ohio, 45433-7801, United States
 
ZIP Code
45433-7801
 
Solicitation Number
FA8650-10-R-7021
 
Archive Date
2/9/2010
 
Point of Contact
Philip R. Nelson, Phone: 937-656-9077
 
E-Mail Address
Philip.Nelson@wpafb.af.mil
(Philip.Nelson@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION (NOCA) FOR NOTICE OF INTENT TO AWARD SOLE SOURCE PROCUREMENT FOR SAND DRAGON-Tier II Unmanned Aerial System (UAS) for Route Surveillance This is an announcement that the Air Force Research Laboratory (AFRL) intends to award a Sole Source contract to AeroMech Engineering Inc, for the purpose of continuing development and transition of a runway independent, heavy fueled engine, Unmanned Air Vehicle (UAV) with a minimum of 45 lb./500 W sensor payload to theater. This effort would demonstrate and transition a UAV system capable of runway independent launch and recovery. The UAV must be capable of operation on heavy fuel with 24 hours of endurance. This effort would include the development and deployment of a full launch, recovery, and ground control station as well as UAVs for a complete, operational system with an aggressive schedule (contact technical POC for specifics). Vendors who are capable of providing the services stated above, including meeting the aggressive schedule, shall fully identify their interest in being a prime contractor and submit, in writing, information documenting their qualifications and capabilities to meet the requirements. Estimated Funding FY10 $16.355M FY11 $ 2.14M Responses are due not later than 3:00 PM, Eastern Standard Time, on the fifteenth day after publication of this NOCA and shall be sent electronically to the Contracting Officer, Philip R. Nelson, via email at Philip.Nelson@wpafb.af.mil. Security requirements restrict this potential acquisition to United States of America vendors/suppliers only. Responses received after 15 days or without the required information will be considered non-responsive to the NOCA and will not be considered. Responses shall be no more than ten (10) pages in length. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. Pages shall be single-spaced, single-sided. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and ¾ inch side margins. Submitting your company brochure is not an adequate response. The Government recognizes that proprietary data may be submitted as part of your response. If so, clearly mark such restricted or proprietary data. The Capability Statement should include the following elements in this format within the ten (10) page limit: 1. Prospective Vendor Identification a. Company name b. Address c. Phone number d. Fax number e. E-mail f. Point of contact information g. A website address that provides additional information about the prospective vendor h. The highest security clearance level that your company currently holds 2. Describe your relevant capability to provide further development and transition of an equally capable UAV system to theater, meeting the aggressive schedule. A brief history of the prospective vendor/supplier and its experience in providing the services is required. Provide information on up to three contracts for which you are currently providing or have provided services similar to the size and scale of this effort. 3. In the event that the Government issues a Request for Proposal (RFP) for these services, identify your intent to submit a proposal as a prime contractor (and indicate the anticipated level of subcontracting/teaming). 4. All vendors responding to this announcement should indicate their business size, particularly if they are a small business. "Small business" means small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business, large, small, small disadvantaged, 8(a), women owned businesses and HUB Zone. Other business opportunities for the Air Force Research Laboratory are available at www.fedbizopps.gov. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested vendors may identify their interest and capability to respond to the requirement or submit proposals. Importantly, this Notice of Contracting Action does not constitute an Invitation for Bids, Request for Proposal (RFP), or Request for Quote (RFQ), nor does this issuance restrict the Government's acquisition approach. Any information received is considered market research and may be utilized by the Air Force in developing its acquisition strategy, Statement of Work, and performance specifications and metrics. This market research will be used to assess the availability and adequacy of potential sources prior to issuing any RFP. The Government will not respond or conduct formal debriefings to vendors as a part of this NOCA. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this NOCA. Again, the Air Force intends to award a Sole Source contract to AeroMech Engineering Inc. Accordingly, a determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Direct acquisition questions to the Contracting point of contact identified in the announcement. Direct technical questions to the Technical point of contact, Capt. Matthew Judge, AFRL/RYAS, at (937) 329-0514, or e-mail matthew.judge@wpafb.af.mil. Please provide a copy of your DD Form 2345 to the technical POC before requesting further technical or schedule details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLWRS/FA8650-10-R-7021/listing.html)
 
Record
SN02038300-W 20100110/100108235318-a56c154639bc46c9a25a38f3c77f0fd4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.