Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2006 FBO #1578
SOURCES SOUGHT

15 -- DEPOT LEVEL MAINTENANCE FOR THE SMALL UAS KNOWN AS RQ-11A (RAVEN)

Notice Date
3/21/2006
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-06-SS-RQ11A
 
Response Due
4/5/2006
 
Archive Date
6/4/2006
 
Small Business Set-Aside
N/A
 
Description
NOTICE: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. TELEPHONE REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. NO REIMBURSEMENT WILL BE MADE FOR ANY COST ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND / OR FOLLOW-UP INFORMATION REQUESTS. RESPONSES SHALL NOT EXCEED 10 PAGES AND STANDARD COMPANY BROCHURES OR PAMPHLETS ARE NOT DESIRED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE THE SUPPORT SERVICES DEFINED BELOW. This Sources Sought is in support of market research conducted by the Unmanned Aircraft Systems (UAS) Project Management Office to identify capable potential sources interested in providing depot level maintenance for the Small UAS known as RQ-11A (Rav en). The Unmanned Aircraft Systems Project Management Office, Program Executive Office Aviation has an immediate requirement for depot level maintenance and repair for approximately 300 RQ-11A UAS Raven Systems world-wide. The Government may use the inform ation gathered from this Sources Sought to determine competition and to develop the bidders list. The RQ-11A is a complex system with numerous electronics components and integrates multiple communication links capable of simultaneous transmission and reception. The RQ-11A system consists of air vehicles, ground control station, remote video termina l and ground support equipment. The RQ-11A was purchased by the Government as a non-developmental item and the Government owns no rights to the technical data or the software for the system. Currently there is a single contractor performing this effort. One of the acquisition strategies under consideration is to increase the maintenance capacity by award of a separate depot level maintenance contract. Under this acquisition strategy, of a separate depot level maintenance contract, it is envisioned that the Contractor shall furnish all facilities, labor, material, tools and equipment necessary to maintain and operate the depot level capability. Only PRIME CONTRACTORS who are interested parties should respond and provide a capabilities statement THAT REALISTICALLY DEMONSTRATES HOW THE BUSINESS CONCERN will be able to comply with all the following requirements: 1. The response shall include experience and capabilities in depot level maintenance where: a. The depot level maintenance and repair parts manufacture shall facilitate a system operational availability rate of at least 90 percent; b. The depot level repair facility shall be capable of fault isolation, analysis, manufacture of repair parts, and repair of system hardware and software; c. The depot shall posses the ability to resolve issues with latent defects for both hardware and software; d. The repairs and repair parts shall not alter the established configuration for the system; e. The depot shall be capable of manufacturing repair parts on a production line compliant with ISO 9001 Quality Standards or equivalent; f. The depot shall have the ability to perform economic repair analysis and execution of repairs in a timely manner at both CONUS and OCONUS facilities concurrently. OCONUS facilities are currently located in South West Asia; IRAQ; g. The depot and maintenance flight test team shall be compliant with Government Ground and Flight Operations Procedures outlined in Army Regulation 95-20, Contractor's Flight and Ground Operations, and Army Regulation 95-1, Flight Regulation; h. The depot facility shall comply with DFAR clauses 252.228-7001, Ground and Flight Risk and 252.228-7002, Aircraft Flight Risk; i. The depot facility shall have the ability to conduct maintenance test flights IAW the Army Regulations and DFAR clauses stated in items g and h above; j. The depot shall certify that repairs and repair parts do not degrade the air worthiness, induce any additiona l personnel or flight risk and shall maintain the integrity of the system; k. The depot facility shall be able to report the Unmanned Aerial Vehicle System Performance into an automated system. 2. The completion of this effort requires a COMSEC account and a System Selective Availability Anti-Spoofing Module (SAASM) Account Custodian (SAC) account number and a facility to store, safeguard and comply with CJCSI 6140.01A NAVSTAR Global Positio ning System Selective Availability Anti-Spoofing Module Requirements dated 31 March 2005. The response shall state that the contractor has the required capability. Contractors having the skills and capabilities necessary to perform all the stated aspects of the requirement are invited to provide information to contribute to this market survey / sources sought, including commercial market information and company i nformation via e-mail or facsimile (256 313 8066) to the contract specialist, Mr Michael Dwyer at michael.dwyer1@us.army.mil not later than 05 April 2006. Responses should include the following information: company name; address; point of contract; phone number and e-mail address; business size and status (such as disadvantaged, 8(a), etc.) Please direct any questions or concerns to the contract specialist, Mr Dwyer. DEPENDING UPON THE RESPONSES TO THIS MARKET RESEARCH, THE REQUIREMENT FOR A DEPOT LEVEL MAINTENANCE CAPABILITY MAY BE: SOLE SOURCE; DEFERRED; SET-ASIDE, IN WHOLE OR IN PART, FOR SMALL BUSINESS; OR PROCURED THROUGH FULL AND OPEN COMPETITION OR GSA SCHED ULE. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the Army Single Face to Industry to the Federal Business Opportunities (FEDBIZOPS) Web site. No feedback or evaluations will be provided to companies regarding its individual statements. NO FedBizOpps Numbered Notes Apply
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC-AR-A; ATTN: Michael Dwyer, MS 5449, , Building 5300, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01011556-W 20060323/060321212749 (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 |
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.