SOURCES SOUGHT
15 -- MQ-1 and MQ-9 Aircraft Systems and Subsystems
- Notice Date
- 11/5/2010
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- SSFA8620
- Archive Date
- 2/28/2011
- Point of Contact
- ASC/WIIK,
- E-Mail Address
-
703aesg.syk@wpafb.af.mil
(703aesg.syk@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- TITLE: MQ-1 and MQ-9 Aircraft Systems and Subsystems DESCRIPTION: SOURCES SOUGHT: The United States Air Force (USAF) intends to award multiple development, production, retrofit and sustainment contracts to include support for organic depot activation efforts, for the MQ-9 aircraft system including its subsystems as well as multiple development, retrofit and sustainment contracts for the MQ-1 aircraft system for the time period Fiscal Year (FY) 12 through FY18. The contractor shall have the capability to develop, manufacture, sustain, retrofit and provision the MQ-1 and MQ-9 systems, subsystems, components, ground support equipment, communication equipment and spare parts including performing testing, deployment and Contractor Logistics Support both in the continental United States and outside the continental United States. The current fleet includes 268 MQ-1 aircraft and 83 MQ-9 aircraft. The production contractor will be required to produce and deliver between 34-48 MQ-9 aircraft per year starting in FY12 through FY17 and 36 MQ-9 aircraft in FY18 for a total of 324 MQ-9 aircraft. The United States Department of Defense has classified both the MQ-1 and MQ-9 programs as Acquisition Category ID programs. The MQ-1 program, initiated in 1994 as an Advanced Concept Technology Demonstration competitively awarded to General Atomics Aeronautical Systems, Incorporated (GA-ASI), was initially led by the Navy, and transitioned to the Air Force in 1998. This platform has been a vital asset in the Global War on Terrorism since 2001. The MQ-9 program was initiated in 1998 as an Independent Research and Development effort by GA-ASI to build upon the successes of the MQ-1 program and provide additional system capabilities. The GA-ASI is presently the prime contractor/integrator and is the sole designer, developer, manufacturer and sustainer of both the MQ-1 and MQ-9 air vehicles and ground control stations. Raytheon is the designer, developer, manufacturer and sustainer of the Multi-spectral Targeting Systems (MTS), the primary Electro-Optical/Infrared sensors, for both platforms. The MQ-1 and MQ-9 platforms were developed with significant private funding from GA-ASI, the Original Equipment Manufacturer. The MTS for both platforms was developed with significant private funding from Raytheon. Subsequently, the USAF has 1) limited rights (as defined by Defense Federal Acquisition Regulation Supplement 227.7103-5) to the technical data for significant portions of the MQ-1 and MQ-9 aircraft systems, subsystems and hardware components and 2) restricted rights (as defined by DFARS 227.7203-4) in the computer software for the MQ-1 and MQ-9 aircraft systems including its subsystems. The Air Force does not have a re-procurement data package available as a result of the aforementioned technical data and software rights restriction. The purpose of this Sources Sought Synopsis is to determine if there are any businesses available who are capable of providing the supplies and services described herein. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This is in support of market research being conducted by the Air Force to identify capable potential sources. The Medium Altitude UAS Division will be assessing the level of market interest and competitiveness to this acquisition based on responses to the following: 1. Does your firm have knowledge of the entire MQ-1 and MQ-9 fleet including the MTS and communications equipment (Include past performance ratings/evaluations such as Contractor Performance Assessment Ratings, Award Fee Determinations, or similar contract incentives to verify this assertion)? 2. Do you have past experience with the MQ-1 or MQ-9 or similar aircraft/programs? 3. Does your firm have qualified personnel and facilities available to support onsite and overseas maintenance/sustainment and logistics support activities for both MQ-1 and MQ-9, this includes supply of all aircraft spares? 4. Can your firm manufacture the MQ-9 to current design and specification requirements at rates of 34-48 aircraft per year with all needed spares and support equipment beginning in October 2011? 5. Can your firm support multiple complex development efforts including integration of appropriate weapons, resolution of current operational issues for both MQ-1 and MQ-9 in accordance with Global Air Navigation System/Global Air Traffic Management requirements, continue migration to secure common data links, continue to improve secure voice capability, field new Electro-Optical Infrared, radar, and signal intelligence sensors on both the MQ-1 and MQ-9 platforms beginning in October 2011? Contractors responding to this shall submit the following information to the Medium Altitude UAS Division by 19 Nov 2010: 1. Company information to include: a. Points of contact, addresses, email addresses, phone numbers; b. Identification as a large United States (US) business, small US business, or a foreign business. 2. A summary of the company's related capabilities information based upon responses to the questions in the aforementioned paragraph. 3. A rough-order-of-magnitude estimate of the dollars and time required to obtain the capabilities to support the requirements listed in this sources sought synopsis. All responses should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements. Limit responses to a total page limit of ten pages. Pages shall be single-spaced and one-sided. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Please submit your responses electronically to 703aesg.syk@wpafb.af.mil in a Microsoft Word compatible file. Capabilities will not be accepted on the telephone. Any information submitted by respondents to this synopsis is strictly voluntary. The government will not reimburse the respondents for any costs associated with their response. This synopsis does not constitute a Request for Proposal nor does its issuance restrict the government as to its ultimate acquisition approach. The government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The government reserves the right to contact additional customers to obtain information that will be used to evaluate the offerors' capability. Contract Details: This acquisition will be open to all type businesses meeting the criteria. Multiple pricing arrangements will be utilized. The North American Industry Classification System (NAICS) Code is 336411, Aircraft Manufacturing. Central Contractor Registration (CCR): http://www.ccr.gov. If you are a business interested in doing business with the US Federal Government, you must be registered in CCR.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/SSFA8620/listing.html)
- Record
- SN02323519-W 20101107/101105234143-42c1362ea4d9a9c8e001de25e32ba9c1 (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 |