Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 06, 2022 SAM #7615
SOURCES SOUGHT

J -- MQ-9A Block 5 Unmanned Air System (UAS) Operator and Maintenance Contractor Logistics Support (CLS) Contract

Notice Date
10/4/2022 12:53:38 PM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-WPM266-0074
 
Response Due
10/18/2022 1:00:00 PM
 
Point of Contact
Jennifer Reeder, Kristina Johnson
 
E-Mail Address
jennifer.l.reeder8.civ@us.navy.mil, kristina.m.johnson79.civ@us.navy.mil
(jennifer.l.reeder8.civ@us.navy.mil, kristina.m.johnson79.civ@us.navy.mil)
 
Description
Introduction This Sources Sought is a Request for Information (RFI) for market survey purposes only to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a Solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. This is not a solicitation for proposals and no contract shall be awarded from this announcement. The purpose of this announcement is for Market Research only and is in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is being issued IAW FAR subpart 15.201(e). No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to take further action as a result of this research. Any resulting contract will require, at a minimum, Secret level security clearances for all contractor personnel and facility access at the time of contract award. There is a potential requirement for a higher level of clearance access for certain locations. _________________________________________________________________________ Place of Performance Marine Unmanned Aerial Vehicle Squadron 1 (VMU-1) (CONUS), Yuma, AZ VMU-1 Remote Split Operations (RSO) (OCONUS), United States Naval Forces Central Command (CENTCOM) VMU-2/T (CONUS), Cherry Point, NC VMU-3 (OCONUS), Kaneohe, HI United States Indo-Pacific Command (USINDOPACOM) (OCONUS) (Option) _________________________________________________________________________ Program Description The United States Marine Corps (USMC) directed PMA-266 to field MQ-9As to support Intelligence, Surveillance, and Reconnaissance (ISR) services. MQ-9A aircraft are equipped with Electro-Optical/Infrared, Synthetic Aperture RADAR (SAR) ISR sensors, and VORTEX video and data transceivers and are deployed at remote locations Outside the Continental United States (OCONUS). This requirement is for the procurement of aircrews and CLS on the MQ-9A system which is a USMC unique configuration remotely piloted aircraft system. A fully operational system consists of the MQ-9A Block 5 air vehicle, USMC unique payloads and mission systems, Ground Support Equipment (GSE), and Ground Control Stations (GCS).� A GCS may be a Dual Control Mobile Ground Control Station (DCMGCS), Mobile Ground Control Station (MGCS), Fixed Ground Control Station (FGCS), or some combination thereof. The fully operational system will be split into two elements: a Mission Control Element (MCE) to execute the mission, and a Launch and Recovery Element (LRE) to launch, recover, and maintain the air vehicle. The USMC Operations Center (OPSCENT) is an information distribution system that integrates communication, navigation, ISR and identification capabilities.� The MDC is a containerized structure that holds overflow networking hardware.� The MDC configuration is unique to current USMC operations, but the functions are not USMC unique. MQ-9A inventory requirements shall increase as procurement aircraft are delivered. This contractor will be required to provide fully trained, licensed, and qualified MCE and LRE aircrew (pilots and sensor operators) inside and outside the continental US. The prime contractor will need to establish working relationships with the Original Equipment Manufacturer (OEM) to access all required data to fulfill the requirements to support the entire USMC MQ-9A fleet of systems for the airframe, engines, propellers, accessories, GCS, and systems except for the Multi-Spectral Targeting System (MTS) DAS-4 Electro Optical/Infrared sensor system used on the MQ-9.� The scope of the CLS services is predominantly Organizational Level (O-level) maintenance for the aircraft, aircraft subsystems, GCS, network connections, and related equipment at sites both inside and outside the continental US.� It also includes organizational, intermediate and depot level maintenance for support equipment, and other ground equipment as well as repairable and consumables in direct support of O-level ground and flight operations. . �The contractor will be required to provide common hand tools.� Interested contractors shall submit responses by email to Jennifer Reeder, at Jennifer.I.reeder8.civ@us.navy.mil. The capability statement package (no more than FIFTEEN single-sided 8.5 X 11 inch pages with one inch margins printed in Times New Roman or Courier New, no smaller than 12-pt font) should demonstrate the ability to provide the requirement as listed above. One electronically submitted response shall be received in Microsoft Word or PDF format no later than 1600 ET on 18 October 2022 and reference: MQ-9A Sources Sought. Responses to this Sources Sought may NOT be submitted via facsimile. Acknowledgement of receipt will be provided if request for return receipt is included with the response, but submissions will not be returned. ________________________________________________________________________ Questions General: 1. Source Sought notice number for which you are responding. 2. Company Name; Company Address; CAGE Code; and Points-of-Contact (Primary and Secondary) name, phone number, fax number, and e-mail address; 3. Company profile to include number of employees, annual revenue history, office location(s), business size, and a statement regarding current small/large business size status; 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein; 5. If qualifying as a small business, provide an explanation of your company�s ability to perform at least 50% of the tasking described herein within the period of performance. Site Maintenance:� 1. Describe your company's ability to begin performance upon contract award without the requirement for additional negotiations or contract awards to procure rights to start performance for any resultant effort. Describe your companies experience performing maintenance on aircraft and subsystems that do not have approved technical publications.� What data would you require to perform Organizational-level maintenance?��� Describe your company�s experience performing maintenance on USAF aircraft and subsystems.� What data would you require to perform Organizational and Intermediate-level maintenance? Describe your company�s experience sustaining a Government provided Authority to Connect (ATC), Authority to Operate (ATO), Interim Authority to Test (IATT), or other accreditation allowing connection to and usage of a DoD network. Describe your company�s experience sustaining the cyber posture of a DoD accredited system. �2. If qualifying as a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described herein within the period of performance. Airworthiness: Describe your company�s experience maintaining an airworthiness certification.� Has your company ever directly obtained or supported a NAVAIR issued Flight Clearance? Air Crew: Describe your company�s experience training, certifying, and providing aircrew certified to operate DoD systems. Support to Engineering: Describe your company�s experience supporting or leading mishap investigations on Government systems. Describe your company�s experience supporting or leading engineering investigations on Government systems. Describe your company�s experience supporting Government Configuration Management (CM) processes.� Has your company conducted or supported a NAVAIR Engineering Change Proposal (ECP)? Supply Support: 1. What experience and capabilities does your company have in providing supply support for the General Atomics MQ-9A Reaper or similar aircraft; to include utilizing USAF systems and Contractor Inventory Control Point experience? 2. For any of the services described in Site Maintenance question 1 performed Outside the Continental United States (OCONUS), provide contract numbers which demonstrate the experience claimed included: Complying with a Status of Forces Agreements (SOFA); Handling customs and clearance processes; Handling export controlled items, specifically Packaging, Handling, Storage & Transportation (PHS&T) issues to include hazardous materials and MILSTRIP processes; � Managing personnel at overseas locations; Document Markings If respondent believes that a complete response would require inclusion of proprietary information, please notify the Government POC immediately. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. However, classified data should not be provided. Summary papers failing to comply with the above instructions or containing impertinent information may not be reviewed. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. _______________________________________________________________ Summary This is NOT a request for proposal. This announcement constitutes a Sources Sought only. Information provided herein is subject to change and in no way binds the Government to solicit proposals or award a contract. If a draft and/or solicitation are released, it will be synopsized on https://beta.sam.gov. It is the potential offer�s responsibility to monitor the site for the release of any follow-on information. No phone or email solicitation with regard to the status of the RFI will be accepted. _________________________________________________________________________ DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALLNOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES INANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATIONTO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS AREAVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. _________________________________________________________________________ Contract Information: Contracting Office Address NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION PATUXENT RIVER, MD 20670-5000 USA Questions regarding this announcement shall be submitted to the Government point of contact identified herein. Primary Point of Contact: Jennifer Reeder Contract Specialist Jennifer.I.reeder8.civ@us.navy.mil Secondary Point of Contact: Kristina Johnson� Contracting Officer PCO: Kristina.m.johnson79.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d619b6e61b814f68beaaf2cf1a9572f8/view)
 
Place of Performance
Address: Yuma, AZ, USA
Country: USA
 
Record
SN06486593-F 20221006/221004230124 (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.