Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2020 SAM #6817
SOURCES SOUGHT

M -- Ground Based Sense And Avoid Site Support

Notice Date
7/27/2020 9:18:17 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ20R0302
 
Response Due
8/3/2020 3:00:00 PM
 
Archive Date
08/18/2020
 
Point of Contact
Anthony L. Jones, Phone: 2563136360, Michael S. Allison, Phone: 2563135847
 
E-Mail Address
anthony.l.jones295.civ@mail.mil, michael.s.allison.civ@mail.mil
(anthony.l.jones295.civ@mail.mil, michael.s.allison.civ@mail.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued solely for information and planning purposes and to identify interested sources. It does not constitute an invitation for bid, a Request for Proposal (RFP), a solicitation, a request for quote or a promise to issue such documentation in the future. Funding is not available at this time. This request for information does not commit the Government to contract for any supply or service. Further, the U.S. Army is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the www.beta.sam.gov�website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. The information provided in the RFI is subject to change and is not binding on the Government. The U.S. Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Additionally, responses may include data that the offeror does not want disclosed to the public for any purpose or used by the Government except for informational purposes. If your company wishes to restrict use of the data, the response must be marked appropriately. The Government will utilize non-Government personnel (support contractors) to review and evaluate white papers submitted in response to this RFI. If any respondent does not currently have a Non-Disclosure Agreement (NDA) that would permit the Program Management Unmanned Aircraft Systems (PM UAS) support contractor(s) listed below to review the respondent's RFI submission, the respondent is encouraged to sign NDAs with the listed support contractor(s) for this purpose. In any event, any markings on the submissions in response to this RFI should reflect that the information is releasable to the identified contractors solely for the purposes stated herein. The contractors listed below will be precluded from submitting a response to this RFI or any subsequent solicitation for this effort. The following individuals will review and evaluate the white papers: Company / Individual / Telephone Number / Email Address SAIC, Inc. / Larry Herbek / (256) 313-5379 / larry.d.herbek.ctr@mail.mil SAIC, Inc. / Ashley Casiano / (256) 876-9145 / Ashley.h.casiano.ctr@mail.mil SAIC, Inc. / David Cornutt / (256) 313-5643 / david.k.cornutt2.ctr@mail.mil SAIC, Inc. / Neil Masco / (256) 313-5304 / howard.n.masco.ctr@mail.mil SAIC, Inc. / John Innes / (256) 955-3313 / john.o.innes.ctr@mail.mil Avion Solutions / Reggie Warner / (256) 313-3243 / reginarld.w.warner.ctr@mail.mil The Federal Aviation Administration (FAA) establishes rules on aircraft flight operations to fly within the National Airspace System (NAS).� The FAA regulations require that the aircraft pilot must be able to �see and avoid� other aircraft to provide safe clearance distance with other traffic. Unmanned aircraft systems (UAS) cannot comply with these regulations without additional mitigations. To mitigate the risk of not being able to �see and avoid�, the Army Program Manager Unmanned Aircraft Systems (PM UAS) developed and fielded a Ground Based Sense and Avoid (GBSAA) system. The GBSAA system was developed by PM UAS and uses the Lightweight Surveillance and Target Acquisition Radar (LSTAR(V)3) system which provides safer airspace for aircraft and UAS to operate.� The Air National Guard has purchased the system for use as a Ground Based Detect And Avoid (GBDAA) system at various air bases.� GBSAA and GBDAA are fundamentally the same system with support requirements and CONOPS being the only differences.� PM UAS has the requirement to provide operations, training, maintenance, and logistics support for the GBSAA systems at select Army and Air Force Air National Guard (AF ANG) sites. The intent of PM UAS is to meet this requirement through contracted support. Concepts provided should explain plans to provide GBSAA operators (GBO), System Maintenance Technicians (SMT), and Senior Trainers (ST) to support operations at GBSAA Sites.� Currently, there are 5 Army GBSAA sites � Ft. Hood, Texas; Ft. Riley, Kansas; Ft Campbell, KY; Ft Bragg, NC; and Ft Stewart, GA.� All 5 Army sites currently have 2 GBOs and 1 SMT.� Senior Trainers are located at Ft Hood and Ft Campbell.� Contract should also provide SMT support for the Air National Guard (ANG) GBDAA System located at Syracuse, NY.� Future support to be covered in this effort will include additional ANG sites at Fargo, ND; March ARB, CA; Davis-Monthan AFB, AZ; and Ellington AFB, TX. The GBOs and STs serve as electronic visual observers and UAS crew members who are required to ensure safe operation of the UAS aircraft operation under GBSAA. The GBO/ST shall have similar duties and requirements as the ground observer in accordance with (IAW) Army Regulation (AR) 95-1. GBOs and STs are considered crew members as defined IAW the FAA Gray Eagle Certification of Waiver or Authorization (COA). Basic Qualifications for each position shall be as follows: Senior Trainer 500 hours of manned aircraft Pilot in Command experience or one year facility rated ATC experience (Military experience preferred) Meet and maintain the requirements for FAA Class II flight medical fitness standards (COA Requirement) CFR 91.17. contractors Maintain a SECRET security clearance. Basic Computer skills; familiarized with Microsoft Office and Outlook Ability to climb towers up to 170 feet is required. Background in training, training development, and evaluation. GBSAA Operator (GBO) 500 hours of manned aircraft Pilot in Command experience or one year facility rated ATC experience (Military experience preferred) Meet and maintain the requirements for FAA Class II flight medical fitness standards (COA Requirement) CFR 91.17. contractors Maintain a SECRET security clearance. Basic Computer skills; familiarized with Microsoft Office and Outlook Ability to climb towers up to 170 feet is required. System Maintenance Technician (SMT) Possess a current DoD 8570.01-M certification (DoD IAT Level II (or higher) Certification), within 180 days of hire. Background in Radar repair (preferably LSTAR or LCMR) Maintain a SECRET security clearance. Basic Computer skills; familiarized with Microsoft Office and Outlook Ability to climb towers up to 170 feet is required. Specific duties for the personnel shall be as follows: Senior Trainer Participate with PM UAS in the maintenance of the training courseware Conduct GBO Training and SMT Training Conduct the Unmanned Aircraft Flight Crew GBSAA Familiarization course Serve as a back-up GBO, as needed, due to changes in personnel or personal leave of GBO.� Support flight schedule when available. Perform required actions in Catalog Ordering Logistics Tracking System (COLTS).�� 10-50 percent travel required GBSAA Operator (GBO) Provide operational support for UAS flights at the sites through the operation of the GBSAA system Conduct the Unmanned Aircraft Flight Crew GBSAA Familiarization course Coordination of shipping and receiving materials at the site Complete GBO Daily Evaluation Form Perform required actions in Catalog Ordering Logistics Tracking System (COLTS).�� 0-20 percent travel required System Maintenance Technician (SMT) Install and maintain all GBSAA System hardware and software located in the GBSAA Processing Unit Room (GPU) and the GBO Operations Room Perform unit level maintenance consisting of diagnostic testing and Line Replaceable Units (LRU) replacement on the LSTAR(V)3 radar system Participate in GBSAA Logistics teleconferences Complete maintenance and shipment actions in Catalog Ordering Logistics Tracking System (COLTS).�� 10-25 percent travel required. Additionally, the contractor shall provide courseware updates, training, and logistical support to include inventory control and spares management at the sites.� The contractor shall arrange for and provide training on the LSTAR(V)3 radar system maintenance with the original equipment manufacturer, SRC, Inc. for any new personnel who have not previously received training on this system. (See Attachment For Table) Security Requirements: Responders must be eligible for a COMSEC account and demonstrate the ability to maintain National Information Security Program standards. Security requirements for any resultant contract will be a facility cleared to the Secret level with authorization to store COMSEC items and individuals with clearance eligibility to the Secret level. A sufficient number of individuals will require access to COMSEC. Potential solutions sought shall have full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability. Responses:�Interested parties are requested to respond to this RFI with a white paper, no more than 10 pages in length, describing the responder's capabilities and potential materiel/services solution that meets the criteria referenced in this document. The whitepaper should include what capability the respondent currently has and a proposed plan to meet any current deficiencies in the respondent's ability to provide personnel with requested abilities. The whitepaper should also include, at a minimum, operator skill qualifications and rough order of magnitude operating cost. Responses are due no later than� 8/3/2020. Contracts Points of Contact (POC): Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Anthony Jones, anthony.l.jones295@civ@mail.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 2020 August�03�will be answered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e0432668404f4cbcbdfa3fdb7fc35770/view)
 
Place of Performance
Address: Huntsville, AL 35809, USA
Zip Code: 35809
Country: USA
 
Record
SN05735198-F 20200729/200727230139 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.