MODIFICATION
U -- Training, Logistics Support, and Technical / Program Management for a full spectrum of Small Unmanned Aircraft System (SUAS) and Parts required to support the SUAS Product Office (PdO) in CONUS and OCONUS
- Notice Date
- 10/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 611512
— Flight Training
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-13-R-0007
- Point of Contact
- Vaclav "Vosh" Slechta, Phone: 4072085048
- E-Mail Address
-
vosh.slechta@us.army.mil
(vosh.slechta@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W911QY-13-R-0007 Pre-Solicitation Notice General Information Solicitation Number: W911QY-13-R-0007 SUAS Services Document type: Pre-solicitation notice / SYNOPSIS Posted date: 23 October 2012 NAICS code(s): 611512 - Flight Training with Small Business Administration size standard of $25.5M Small Business Set aside: Small Business The Natick Contracting Division (NCD) located at 13501 Ingenuity Drive, Suite 200, Orlando, FL 32826 hereby issues the following synopsis W911QY-13-R-0007 as a Small Business Set-aside for Small Unmanned Aircraft Systems Training, Logistics Support, and Technical / Program Management, unclassified items prepared in accordance with the format in FAR Subparts 5.1, 15.201 and 19.5 as supplemented with additional information included in this notice. The solicitation document will incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-61. The associated NAICS code is 611512 Flight Training and the Small Business size standard is $25.5 M. Proposals shall be good for 180 calendar days after close of proposal period. The Defense Priorities and Allocations System (DPAS) is applicable, with an assigned rating of DO-A1. A Sources Sought Notice was published in the FedBizOpps on 1 March 2012, 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 is a Pre-solicitation Notice for Training, Logistics Support, and Technical / Program Management for a full spectrum of Small Unmanned Aircraft System (SUAS) and Parts required to support the SUAS Product Office (PdO) in CONUS and OCONUS, and its domestic and foreign customers. The Army has a requirement to sustain/maintain the 1798 RQ-11B and 325 RQ-20A systems currently fielded, and alternative medium and long range systems procured in the future. The objective of the SUAS Support Program is to support the Warfighters as well as other Governmental Agencies (OGAs) and Non-Governmental Agencies users' SUAS-related sustainment needs. These needs primarily include SUAS training, maintenance, repairs, and engineering services. Additionally, the SUAS PdO will require various non-SETA logistics, technical management, and program management services to support its SUAS customers. The approximate percentage of effort in each area of focus is: Flight Training - 60%, Contractor Logistics - 35%, Technical/Program Management - 5%. Complete individual instructor flight packets shall be submitted as part of the offeror's proposal for evaluation by the PM UAS GFR. Instructor flight packets will include the following four items: two DD forms 1821 (one each for RQ-11B Raven and RQ-20A Puma, IAW Attachment 4, AR 95-20); Crewmember resume; two DD Forms 2627 (one each for RQ-11B Raven and RQ-20A Puma, IAW Attachment 3, AR 95-20); FAA Medical Certification (Class 3 or higher). Note: Offerors shall provide with their proposal no less than fourteen (14) Individual Instructor Flight Packets for proposed GFR Certified instructors. The resume portion of the packet shall indicate if the person is a current employee or a contingency hire upon award. SUAS Trainers shall be certified on all SUAS products available from the Army inventory (currently RQ-11B Raven and RQ-20A Puma). While the below table is not a training schedule, it provides the minimum workforce required in the post-award period. The offerors shall be able to show its ability to reach these workforce levels. For example, 14 GFR-certified Puma trainers will be required for various training missions in MAY 2013 (6 in OEF, 8 in CONUS). In JUNE 2013, the required Puma trainers will increase from 14 to18, and 10 Raven trainers will also be required. This escalation continues until 22 Puma trainers, and 22 Raven trainers are available to conduct the anticipated maximum training density (total of 44 interchangeable trainers). Note: actual training schedules will be published as a formal requirement in subsequent Task Orders, post-IDIQ award. The below table is not to be interpreted as a schedule, and as such it is not guaranteed that the maximum training density will be required in August or September, etc. Training Workforce Needed (Time Phased Escalation) MAY (begins on 29 APR) 14 Puma 0 Raven 14 Total JUNE 18 Puma 10 Raven 28 Total JULY 22 Puma 14 Raven 36 Total AUGUST 22 Puma 22 Raven 44 Total SEPTEMBER 22 Puma 22 Raven 44 Total Etc... *Note: Trainers will be interchangeable, and must be certified on both Raven and Puma A Single award, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract is most appropriate to support this effort. The contract Period of Performance (PoP) is five years with a Base Period of three years, and 2 one-year option periods with CLINS 0001-00XX are applicable to the Base Period, CLINS 1001-10XX will apply to the first option period, and CLINS 2001-20XX will apply to the last option period. The full list of contract line item number(s) and items, quantities and units of measure, including option(s) are part of the future solicitation. 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 April 2013, and shall have a cumulative 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. 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 notice. All costs associated with responding will be solely at the expense of the interested party. No response to this notice is required, and non-responding will not preclude participation in any future RFP if issued. 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 http://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. Point of Contact(s): Secondary: Brian P. Murphy Branch Chief/Contracting Officer U.S. Army ACC-APG Natick Contracting Division 13501 Ingenuity Drive, Suite 200 Orlando, FL 32826 Office 407-384-5198 Brian.p.murphy52.civ@mail.mil Additional Points of Contact: Robert J. Verica Contract Specialist/Tolliver Group/Contractor U.S. Army ACC-APG Natick Contracting Division 13501 Ingenuity Drive, Suite 200 Orlando, FL 32826 Office: 407-208-5070 robert.j.verica.ctr@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ac3f08369b69b184f1cccd8f032fb8f7)
- Place of Performance
- Address: Huntsville, AL, and various CONUS and OCONUS, United States
- Record
- SN02918799-W 20121026/121024234354-ac3f08369b69b184f1cccd8f032fb8f7 (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 |