SOURCES SOUGHT
R -- Land-Based Unmanned Aircraft Systems Intelligence, Surveillance, and Reconnaissance (UAS ISR) Services - Draft Performance Work Statement
- Notice Date
- 12/20/2016
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 129 Andrews Ave, STE 110, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4890-17-R-0015
- Archive Date
- 1/28/2017
- Point of Contact
- Scott D. Bedford, Phone: 757-225-9834, Lisa T. Pena, Phone: 757-225-4525
- E-Mail Address
-
scott.bedford@us.af.mil, lisa.pena.2@us.af.mil
(scott.bedford@us.af.mil, lisa.pena.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 1:00 p.m. Eastern Standard Time on FRIDAY, 13 Jan 17. The government is seeking industry input from all sources (small and large businesses) at this time. Small Business concerns are highly encouraged to respond to this request in order for the government to determine if this acquisition should become a total small business set aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19. The applicable North American Industry Classification System (NAICS) for this requirement is 541370 (Surveying and Mapping (except Geophysical) Services) with a corresponding size standard of $15M. Interested parties must be registered under NAICS 541370 in SAM (System for Award Management) at www.sam.gov. The government plans to consider all information submitted in response to this Sources Sought Notice. Air Combat Command, Acquisition Management Integration Center (ACC AMIC), Joint Base Langley-Eustis, VA, is in the process of determining the acquisition strategy to obtain non-personal services for Land-Based Unmanned Aircraft Systems Intelligence, Surveillance, and Reconnaissance (UAS ISR) Services mission is to support force protection at airfields in Afghanistan by providing up to 600 hours of full motion video coverage per month using UAS vehicles equipped with electro-optic, infrared, and midwave infrared imagery systems. For this requirement, the contractor shall provide all required resources and personnel to perform all efforts necessary to execute pre-deployment, deployment, and post-deployment activities as defined in the Performance Work Statement. The contractor shall utilize a UAS that provides ISR capability to land-based sites as designated by the US Government. Performance will consist of a phase in period (approximately three months), one base period, and four one-year option periods. The government anticipates making award on or about Jan 2018. The Request For Proposal (RFP) release date is to be determined. Please note: This is an estimated posting timeframe and it is the responsibility of the interested parties to monitor the Federal Business Opportunity website at www.fbo.gov for all subsequent postings. A Draft Performance Work Statement (PWS) is posted in conjunction with this notice to provide the size, scope and complexity of this requirement. This is a new Air Force requirement. The government is seeking industry input to determine if there are adequate small business concerns capable of performing the requirement. A determination regarding set aside status for this effort has not been made. This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the government to any acquisition for these services. All interested parties are requested to submit a capabilities package (please limit to no more than 10 pages total) outlining your company's key business abilities relevant to the performance of this requirement (reference Draft PWS) and addressing the questions found in Attachment 1. Please submit the information to this office by NLT the closing date and time (13 Jan 17, 1:00 p.m. Eastern Standard Time) to Mr. Scott Bedford at scott.bedford@us.af.mil and Ms. Lisa Pena at lisa.pena.2@us.af.mil. Note for Small Business Concerns: Offerors responding to this notice as a small business concern must be registered in SAM under NAICS 541370. The internet and email shall be used as the primary means of disseminating and exchanging all information. Hard copies of documents posted on FBO will not be made available. The government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty emailing your response and/or confirmation of receipt is not received, then you are encouraged to contact Mr. Bedford at (757) 225-9834 or Ms. Pena at (757) 225-4525. Include the following information about your organization in your response: Name of Organization Address Telephone Number Point(s) of Contact E-Mail Addresses Cage Code DUNS Number Business Size: ________Small _________Large Size Status: SBA 8(a) Business Development Program Concern: _____ Historically Underutilized Business (HUB) Zone Concern: _____ Small Disadvantaged Business Concern: _____ Veteran-Owned Small Business Concern: _____ Service-Disabled Veteran-Owned Small Business Concern: _____ Women-Owned Business Concern: _____ Economically Disadvantaged Women-Owned Small Business Concern: _____ ATTACHMENT 1 MARKET RESEARCH QUESTIONNAIRE UNMANNED AIRCRAFT SYSTEMS INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE (UAS ISR) Draft Solicitation Number: FA4890-17-R-0015 Air Combat Command, Acquisition Management Integration Center (ACC AMIC), Joint Base Langley-Eustis, VA, anticipates procuring a contract for the provision of services for Land-Based Unmanned Aircraft Systems Intelligence, Surveillance, and Reconnaissance Services (UAS ISR). As part of the government's continuous information exchange with Industry in formulating the acquisition strategy, the government requests your assistance in determining if this requirement should remain set-aside 100% for small business concerns under the auspices of Federal Acquisition Regulation (FAR) Part 19. In order for the Contracting Officer to make a set-aside determination for any acquisition, there must be a reasonable expectation that offerors can satisfactorily perform contract requirements and that award will be made at fair market prices. Total set-asides cannot be made unless such a reasonable expectation exists. The government believes it is mutually beneficial to all parties if this determination is made as early as possible in the acquisition process. If your firm intends to submit a proposal as Prime contractor for this effort, you must respond to the following questions regarding your experience, capabilities, and intentions. Please limit your response to no more than one (1) page per question. The government is not requesting technical and/or management proposals at this time. Your response will be used solely for planning purposes in the formulating the acquisition strategy. 1) Do you intend to submit a proposal as Prime contractor for this requirement? 2) Submit evidence of experience and ability to provide UAS ISR services type contract. Refer to Draft PWS. Provide references and points of contact. 3) Include information on your company's technical and financial abilities that will allow you to meet the requirements of a program of this magnitude. Refer to the Draft PWS. 4) Address your company's ability to manage and integrate subcontract efforts. 5) Include evidence of your company's ability to provide program management of geographically-dispersed locations for similar type services. Refer to the Draft PWS. 6) Address the up-front capital investment and the company's ability to: 1) Hire and maintain qualified personnel; 2) Knowledge and experience of Air Vehicles; 3) Quality Control capabilities. 7) Identify whether your company is either large or small under the North American Industry Classification System (NAICS) Code 541370, Surveying and Mapping (except Geophysical) Services. If you are a small business and are requesting a set aside action other than a 100% small business set aside, please identify the appropriate set aside program for which you wish to be considered. 8) Please detail any technological advances/enhancements to the Governments requirement in the PWS that your company can currently provide. In addition, please provide a percentage increase in costs (rough estimate) between the advances your company can provide and the Governments current requirement. All information received will be protected and safeguarded as Source Selection Sensitive Information IAW FAR 3.104, Procurement Integrity. Please submit the requested information to this office by NLT the closing date and time (13 Jan 17, 1:00 p.m. Eastern Standard Time) to Mr. Scott Bedford at scott.bedford@us.af.mil and Ms. Lisa Pena at lisa.pena.2@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-17-R-0015/listing.html)
- Place of Performance
- Address: OCONUS, United States
- Record
- SN04356986-W 20161222/161220235329-2517d1e0f40bd7515de9eb674ae1c3e9 (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 |