Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2024 SAM #8096
SOLICITATION NOTICE

L -- Integration and Testing Support MQ-1 & MQ-1C aircraft

Notice Date
1/25/2024 9:33:27 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
H92408-24-R-MQ9MQ1
 
Response Due
2/8/2024 2:00:00 PM
 
Archive Date
02/23/2024
 
Point of Contact
Ramona Delamarter - Contracting Officer, Phone: 478-320-2423, Jude Lucien - Contract Specialist
 
E-Mail Address
ramona.l.delamarter.civ@socom.mil, jude.d.lucien.civ@socom.mil
(ramona.l.delamarter.civ@socom.mil, jude.d.lucien.civ@socom.mil)
 
Description
The United States Special Operations Command (USSOCOM), Special Operation Forces (SOF), Acquisition Technology and Logistics (AT&L), Directorate of Procurement, intends to award a sole source follow-on contract under the authority of FAR 6.302-1 to General Atomics in Poway, CA. Only one responsible source and no other supplies or services will satisfy the Government�s requirements to provide integration and testing support including development of design documentation and test planning/reporting documentation required for Airworthiness Review (AWR) approval from appropriate Airworthiness Approval Authorities for Medium Altitude Long Endurance Tactical (MALET) MQ-9 and MQ-1C Special Operations Forces peculiar (SOF-p) modifications developed by Third Party Mission Systems sources, as well as the purchase of General Atomics developed and produced modification kits (hardware and software) for MALET MQ-9 and MQ-1C aircraft. The purpose of this procurement action will be for the issuance of a new Indefinite Delivery Indefinite Quantity (IDIQ) contract award based on other than full and open competition to General Atomics Aeronautical Systems Incorporated (GA-ASI), Cage Code 0YJB5. The IDIQ contract will enable provision of integration and testing support for MALET MQ-9 and MQ-1C Special Operations Forces peculiar (SOF-p) modifications, procurement of GA-ASI developed and produced aircraft modification kits, and performance of analysis and studies to inform Government decisions on potential future MALET MQ-9 and MQ-1C SOF-p modifications.� All SOF-p modifications require qualification testing in a System Integration Lab (SIL) as well as ground and flight testing on SOF configured MQ-9 and MQ-1C aircraft.� The required aircraft level integration must include systems engineering, systems architecture, and publications management as well the ability to perform specific MQ-9 and MQ-1C engineering analyses, field level engineering and technical support. Companies must have access, and the ability to perform work in a facility and with personnel cleared at the Secret classification level, at minimum. A sources sought synopsis (SSS) was publicized as required by DFARS 206.302-1(d) on 6 March 2023.� There was one response to the posting; however, company does not have access to GA-ASI proprietary data to have the ability to integrate on the MQ-9. �After evaluation of the response received to the sources sought, USSOCOM has determined that no other supplier can fulfill the requested requirement. The Government anticipates awarding one contract related to this announcement for a period of approximately five years with a potential maximum of up to $500,000,000.00. Any questions regarding the above requirement should be submitted in writing via email to Ramona Delamarter, Contracting Officer, ramona.l.delamarter.civ@socom.mil. � This notice does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by USSOCOM to issue a formal solicitation or ultimately award a contract. USSOCOM is in no way liable to pay for or reimburse any companies or entities that respond to this announcement.� Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/700e16d0b8f04066915c49b312e20cc2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06945175-F 20240127/240125230040 (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.