SOURCES SOUGHT
70 -- MQ-9 Situational Awareness Information System
- Notice Date
- 2/19/2020 11:18:36 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-20-RFPREQ-PMA-266-0029
- Response Due
- 2/26/2020 1:30:00 PM
- Archive Date
- 03/12/2020
- Point of Contact
- Tyler M Summers, Phone: 3013422519, Dana C Veitch, Phone: 3017575904, Fax: 3017575284
- E-Mail Address
-
tyler.m.summers@navy.mil, dana.veitch-schropp@navy.mil
(tyler.m.summers@navy.mil, dana.veitch-schropp@navy.mil)
- Description
- Introduction The Naval Air Systems Command, Unmanned & Weapons Procurement Department (AIR 2.4.2.1), Patuxent River, MD announces its intention to procure a Tactical Situation (TACSIT) tool known as Zeus or its equivalent, to increase the situational awareness, safety of flight and mission execution of MQ-9 Reapers currently operating under a United States Navy Contract.� The Zeus TACSIT tool is a critical component of the MQ-9 Weapons System and is an integrated software environment consisting of: 1) Multi Source Correlator Tracker (MSCT) System, 2) Tactical Display Framework (TDF), and 3) the Meridian centralized imagery service.� The planned award for Zeus is July 2020. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible firms capable of providing the software described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. The results of this Sources Sought will be utilized to determine if the required product exists in the marketplace and if any Small Business Set-Aside opportunities exist.� All Small Business Set-Aside categories will be considered. � Disclaimer THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Program Background The United States Marine Corps (USMC) has a requirement for Group 5 Unmanned Air Systems (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) Services and Persistent Strike capabilities.� NAVAIR has an existing contract providing the USMC with Contractor-Owned/Contractor-Operated (CO/CO) Group 5 UAS ISR Services, however this approach does not satisfy the Persistent Strike capabilities.� As such, in order to provide both the ISR Services and Persistent requirement, NAVAIR intends to establish a Government-Owned/Government-Operated (GO/GO) approach.� In preparation for the establishment of the GO/GO approach, USMC pilots are being trained on United States Air Force (USAF) MQ-9 Reaper Systems that includes the Zeus TACSIT tool.� To ensure a seamless transition for USAF and USMC pilots� from the USAF MQ-9 System to the USMC�s MQ-9 System, there is a requirement to procure the Zeus TACSIT tool or its equivalent.� The Zeus TACSIT tool or its equivalent will ensure interoperability and enhance the overall safety and efficiency of the USMC�s MQ-9 System.� Period of Performance: The required delivery date for the initial procurement of the Zeus TACSIT tool or its equivalent is no later than 90 days after award. Place of Performance: Yuma, AZ � Requirements: 1. The government envisions a modification to the Ground Control Station (GCS) environment that provides: 1) complete Situational Awareness, 2) Safety of Flight, and 3) Mission execution that is in alignment with USAF architecture, Remote Split Operations, and USAF Tactics, Techniques and Procedures (TTPs).� The modification involves the addition of: 1) the Zeus TACSIT tool or equivalent, hosted on USMC servers, 2) initial In-Service and Checkout support, 3) API configuration changes for USMC specific �Backfit� compatibility, and 4) refresher operator training.� � 2. Qualification. Products that cannot demonstrate prior Risk Management Framework (RMF) accreditations on the USAF Airborne Control Network (ACN) and comparable Zeus TACSIT tool functionality are not desirable. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of SECRET. SUBMITTAL INFORMATION Interested persons may submit a Capability Statement package identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 7 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications: What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company delivered supplies of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to provide the supplies? If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 points Times New Roman.� The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information no later than 7 calendar days after the posting date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of contact information should include name, position, phone number, and email address. Acknowledgment of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Tyler Summers at tyler.m.summers@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Tyler Summers, will not be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8ce581da135b4aaf99eb26986dae728d/view)
- Place of Performance
- Address: Yuma, AZ, USA
- Country: USA
- Country: USA
- Record
- SN05566112-F 20200221/200219230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |