SOURCES SOUGHT
15 -- Request for Information (RFI) for the Fourth and Final Acquisition of Gray Eagle Full Rate Production Aircraft and Ground Equipment
- Notice Date
- 2/11/2015
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-15-R-XXXX
- Response Due
- 3/3/2015
- Archive Date
- 4/12/2015
- Point of Contact
- Mesha DeRamus, 256-313-5470
- E-Mail Address
-
ACC-RSA - (Aviation)
(mesha.deramus@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued solely for information and planning purposes and to identify interested sources. It does not constitute an invitation for bids, a request for proposal (RFP), a solicitation, a request for quote or a promise to issue such documentation in the future. This RFI is not a promise and provides no indication that the Government will consider or contract for the items submitted in response to this RFI. Funding is not available at this time. This request for information does not commit the Government to contract for any supply or service. Further, the U.S. Army is not at this time requesting proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. The information provided in this RFI is subject to change and is not binding on the Government. The U. S. Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Additionally, responses may include data that the respondent does not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets [insert numbers or other identification of sheets]. Your company may also mark each sheet of data it wishes to restrict with the following legend: quote mark Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response. quote mark DESCRIPTION: This RFI is intended to seek industry input for the potential procurement of Gray Eagle system equipment as follows: Up to 25 each Gray Eagle aircraft, up to 25 each SATCOM Air Data Terminals (SADT), 6 each Universal Ground Control Stations (UGCS), 3 each Mobile Ground Control Stations (MGCS), 9 each Universal Ground Data Terminals (UGDT), 3 each Universal SATCOM Ground Data Terminal (USGDT), 12 sets of Automatic Take Off and Landing Systems (ATLS), 3 Lots of Initial Spares and 3 Lots of Ground Support Equipment (GSE). This would be the Fourth and final full rate production procurement of Gray Eagle system hardware with no planned future acquisition. Respondents should include a documented and detailed ability to furnish all labor and materials and ability to perform all efforts to manufacture; integrate hardware, software, firmware and data for the Gray Eagle aircraft and all associated air and ground equipment identified above. Information from respondents should also document abilities to assure that the Gray Eagle aircraft and associated air and ground equipment identified above are interoperable across other UAS platforms such as Warrior Block 0, Hunter and Shadow as well as manned Army Aviation platforms such as the Apache Attack Helicopter. Respondents should also document anticipated Government Furnished Property (GFP) necessary to accomplish the above efforts and document abilities to integrate the Government Furnished Property (GFP) into the Gray Eagle system configuration. The Government possesses an incomplete technical Data Package (TDP) for the Gray Eagle system of hardware. Any respondent must possess access to restricted air space for acceptance flight test. The Government will not provide access to air space or a flight test facility. The Government requires each item to be flight tested (simulation is not acceptable) prior to acceptance. Gray Eagle production hardware has been approved as sole source from the first Low Rate Initial Production (LRIP) in FY 2010 through Full Rate Production (FRP) Procurements in FY 2014. Justification and Approvals (J&A) for other than competition and their respective authorities cited are as follows: Procurement Effort: Class J&A for Gray Eagle LRIP I & Supplemental Hardware Date Approved: 10 March 2010 Authority Cited: 10 United States Code (USC) 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2), quote mark Only one responsible source or a limited number of responsible sources, and no other supplies or services will satisfy agency requirements. quote mark Procurement Effort: J&A for Gray Eagle LRIP II Date Approved: 05 November 2010 Authority Cited: 10 United States Code (USC) 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2), quote mark Only one responsible source or a limited number of responsible sources, and no other supplies or services will satisfy agency requirements. quote mark Procurement Effort: Class J&A for Gray Eagle LRIP III & Full Rate Production I & II Date Approved: 04 December 2011 - Original 13 January 2015 - Amendment 001 Authority Cited: 10 United States Code (USC) 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii)(A), quote mark Only one responsible source and no other supplies or services will satisfy agency requirements. quote mark Security Requirements: Responders must have a COMSEC account and must demonstrate the ability to maintain Defense Information Security Program Standards. Security requirements for the contract will be Secret for the facility and individual for selected personnel, Secret, Sensitive Compartmented Information, and Communications Security. Potential solutions sought shall have full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability. Responses: Interested parties are requested to respond to this RFI with a white paper describing responder's capabilities and material solutions that meets criteria referenced in this document. The white paper shall not exceed 10 pages in length and are due no later than 03 March 2015; 5:00 PM CST. Contracts Points of Contact (POC): Mr. Scott Cowart, Contract Specialist, email: Scott.a.cowart.civ@mail.mil or Ms. Carolyn Gates, Contracting Officer, email: Carolyn.j.gates2.civ@mail.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 03 March 2015 will be answered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd588c3986b584a2e9c9667b24a5d0f0)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03639884-W 20150213/150211234705-dd588c3986b584a2e9c9667b24a5d0f0 (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 |