SOLICITATION NOTICE
L -- CO/CO Group 5 UAS ISR Services in support of Task Force Southwest and U.S. Central Command Area of Operations
- Notice Date
- 10/23/2018
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-18-RFPREQ-PMA-266-0131
- Archive Date
- 11/9/2018
- Point of Contact
- Sean T. McManus, Phone: 3017571860, Dana C Veitch, Phone: 3017575904
- E-Mail Address
-
sean.t.mcmanus@navy.mil, dana.veitch-schropp@navy.mil
(sean.t.mcmanus@navy.mil, dana.veitch-schropp@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR), NAS Patuxent River, MD, intends to negotiate and award contract actions to General Atomics - Aeronautical Systems, Inc. (GA-ASI), Poway, CA (Cage Code 0YJB5) for an additional twelve (12) months of Group 5 Unmanned Air System (UAS) / MQ-9 Reaper UAS Intelligence, Surveillance, and Reconnaissance (ISR) support for Task Force Southwest (TFSW) operations in the U.S Central Command (CENTCOM) Area of Operations (AOR) during FY19-FY20. The U.S. Government has existing contractor owned /contractor operated (CO/CO) MQ-9 Reapers providing ISR support to TFSW ground forces in the CENTCOM AOR. This procurement is to provide ongoing services of the existing ISR capabilities. GA-ASI shall be responsible for transportation, operations, and maintenance activities in support of an Orbit capability of 16 hours x 7 days with surge to 24 hours x 1 day under a split operations approach with GA-ASI pilots and sensor operations in CONUS and GA-ASI Launch and Recovery crew and maintainers OCONUS. GA-GSI Group 5 UAS must include high resolution radar, multi-spectral imaging sensors, Line of Sight (LOS) and Beyond Line of Sight (BLOS) communications and able to utilize the USAF Remote Split Operations (RSO) communications architecture for CONUS and OCONUS operations. GA-ASI shall also provide operations center elements CONUS and the integration of ISR products with the CENTCOM TFSW ground forces and USMC Joint Processing Exploitation and Dissemination (JPED) organizations. The proposed contract action(s) are those for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C.2304(c)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements." These contract efforts are in support of the TFSW/USMC Urgent Universal Need Statement (UUNS) #1722IUB, Task Force Southwest ISR Requirement - Group 5. Only a GA-ASI provided MQ-9 UAS with its ground components can integrate seamlessly at the deployed location thus ensuring the following: a) certified interoperability with existing classified communications systems (both USAF and USMC ground force communication exchanges), b) spectrum compliance with other MQ-9 ongoing operations, c) compliance with JPED toolsets already being used with MQ-9 for multi-organization analysis d) compliance with base infrastructure optimized for MQ-9 UAS operations, e) have capital assets available for immediate deployment, f) have existing DoD Flight Clearance for CONUS and OCONUS operations, and g) integrate into the existing RSO infrastructure and be fully capable of performing ISR missions by June 2019 to avoid a gap in service. Delaying the procurement to develop an alternative source for this urgent ISR surge is impractical and would prevent meeting the schedule requirements of the TFSW UUNS. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract modification based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. Responses shall be made in writing by E-mail, U.S. mail or facsimile to the attention of Mr. Sean McManus or Mrs. Dana Veitch using the contract information provided in this synopsis. Companies interested in subcontracting opportunities should contact General Atomics at GA-ASI-Small-Business@ga-asi.com.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-RFPREQ-PMA-266-0131/listing.html)
- Place of Performance
- Address: Yuma, Arizona, U.S and U.S. Central Command Area of Operations, United States
- Record
- SN05132087-W 20181025/181023230533-887ed12f1ad4cd90f299bd0f727aed3d (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 |