SOURCES SOUGHT
A -- Small Unmanned Aerial Vehicle (UAV) Exploitation Support (SUAVES II)
- Notice Date
- 4/16/2015
- Notice Type
- Sources Sought
- 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, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA2487-16-R-0011
- Archive Date
- 5/17/2015
- Point of Contact
- Nicole Anderson, Phone: 8508820173
- E-Mail Address
-
nicole.anderson.1@us.af.mil
(nicole.anderson.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This Source Sought Announcement is conducted to identify potential sources capable of providing small unmanned aerial vehicle exploitation support for the 96th Test Wing's Range Group, Eglin Air Force Base, Florida. This Sources Sought Announcement is published for market research purposes only. It is not a solicitation nor does the government intend to award a contract as a result of this announcement. The Government will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This announcement does not constitute a Request for Quotation, Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. A DRAFT Statement of Work (SOW) is available to interested firms. It should be noted this document is strictly for acquisition planning purposes and should not be considered a final document for future procurement actions. The government will review eligibility under the DLA Joint Certification Program prior to providing this document. Interested sources who believe they can meet these requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities: (a) Contract information and program information describing your experience in the past three years relative to the objectives and tasks identified below. Provide recent, relevant experience in all areas, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract and description of the scope of the experience. Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided. (b) Demonstrated capability in each of the following areas: • i. Design/redesign, modification, integration, and installation of system enhancements, both hardware and software, for small unmanned aerial vehicle (UAV) systems. • ii. Equipment/sensor integration, flight testing, and research of small UAVs (e.g. BAT-3, G1R (Nighthawk), G2R (Pointer), Penguin, T-20, Aerosonde, etc.). • iii. System analysis, system engineering, and technological evolution of digital video technology systems to include sensor platforms, sensors, imagers, camera interfaces, control systems, data collection equipment, transmitters, receivers, displays, firmware, software interfaces, and other instrumentation. • iv. Safe operation of small UAVs in Eglin AFB's government restricted airspace and warning areas to include coordination of airspace, frequencies, and safety procedures. • v. Preparation of technical documentation packages. • vi. Provide Joint Certification documentation verifying contractor eligibility in accordance with Joint Certification Program. Certification information can be accessed and obtained at http://www.dlis.dla.mil/jcp/. All interested organizations are encouraged to submit capabilities packages addressing the specific criteria identified in paragraph (b) above. The packages will be reviewed according to these criteria. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Firms responding to this announcement shall indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). All prospective contractors must be registered in the System Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. The Air Force anticipates utilizing a Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) contract with an ordering period of five years. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541712, with a small business standard size of 1000. In the response, interested sources should identify company name, point of contact, e-mail address, telephone, Federal CAGE Code, Data Universal Numbering System (DUNS) number, facsimile numbers, and type and business size indicating whether you are a small or large business for the purposes of the assigned NAICS. All prospective contractors must be registered in the System for Acquisition Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM registration. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Limit your response to this market survey to a maximum of ten (10) pages. Note: If any portion of this requirement results in a small business set aside, that portion shall be performed in accordance with FAR 52.219-14, Limitations on Subcontracting, which requires a small business firm to perform at least 50% of the total requirement using employees within its own company. An Ombudsman has been appointed to address the concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting points of contact identified below. The Ombudsman is Colonel Todd M. Copeland at phone 661-224-2810, fax 661-277-7593, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784 Collect Calls will not be accepted. Submissions and for further information, email Nicole Anderson, nicole.anderson.1@us.af.mil and Erik Urban, erik.urban@us.af.mil. This sources sought announcement is for information and planning purposes only. It does not constitute an Invitation for Bids or Request for Proposals, and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number / Request for Quotation (RFQ) and the announcement may be published on FEDBIZOPPS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/68d8b75d4bf9a53c5989f70dd625f2ad)
- Place of Performance
- Address: Eglin AFB, Florida, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03702228-W 20150418/150416235110-68d8b75d4bf9a53c5989f70dd625f2ad (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 |