SOLICITATION NOTICE
16 -- Contractor Logistic Support for Hunter UAV
- Notice Date
- 1/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-15-R-0059
- Archive Date
- 3/8/2016
- Point of Contact
- Paige N. Knott, Phone: 2568426742, Steven D Keiser, Phone: 2568421424
- E-Mail Address
-
paige.n.knott.civ@mail.mil, steven.d.keiser2.civ@mail.mil
(paige.n.knott.civ@mail.mil, steven.d.keiser2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command - Redstone located at Redstone Arsenal, Huntsville, Alabama has a requirement to procure on a sole source basis Contractor Logistics Support (CLS) for the Unmanned Aircraft Systems (UAS) Hunter for FYs 2016-2018. This CLS requirement consists of the following support elements: (1) Depot asset management which includes maintenance, technical manuals, supply, and reliability, availability, and maintainability Depot asset management also includes inventory management, spare and repair parts ordering and issuance to the units, storage of equipment, maintaining preservation, packaging, marking of items, training, and development of training materials. This also includes the labor and materials necessary to inspect, test, repair, modify, restore, calibrate, and/or return the Hunter systems, subsystems, support and test equipment to a ready-for-issue condition. (2) Technical management to include systems, sustaining, and software engineering, engineering analysis, engineering test support, configuration management, quality assurance, and safety. (3) Flight operations management to include field level maintenance, flight line support to tactical and training units and training exercises in the continental United States (CONUS) and outside (OCONUS). (4) Program management to include integrated product teams, UAS Project Office reviews, site visits, security, and financial management. (5) Options. The contractor will provide engineering, sustainment, and technical support for various options such as Government-Owned Contractor-Operated Deployments, Supply Support Activity and expediter support OCONUS, resets of equipment outside CONUS, operational replenishment, initial stock packages, Failure Reporting, Analysis, and Corrective Action System, Rapid Integration Acceptance Center support, and interoperability. These items are only available through Northrop Grumman Technical Services, Inc., 4067 Enterprise Way, Sierra Vista (Garden Canon), AZ 85635-2273. It is anticipated the award will be a Cost Plus Fixed Fee contract. All responsible sources may submit a capability statement, proposal or quotation to the agency listed in this notice. All submissions must be received by 23 February 2016. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with one source under authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bbd5681ecc2eca5a93f356b4501640f5)
- Record
- SN03997432-W 20160123/160121234333-bbd5681ecc2eca5a93f356b4501640f5 (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 |