SOLICITATION NOTICE
A -- Heterogeneous Airborne Reconnaissance Team (HART)
- Notice Date
- 9/24/2009
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Wright Research Site, Det 1 AFRL/PK, Bldg 167, Area B, 2310 8th Street, Wright-Patterson AFB, Ohio, 45433-7801, United States
- ZIP Code
- 45433-7801
- Solicitation Number
- FA8650-10-R-7004
- Archive Date
- 10/24/2009
- Point of Contact
- Philip R. Nelson, Phone: 937-656-9077
- E-Mail Address
-
Philip.Nelson@wpafb.af.mil
(Philip.Nelson@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF CONTRACT ACTION FOR NOTICE OF INTENT TO AWARD SOLE SOURCE PROCUREMENT FOR HETEROGENEOUS AIRBORNE RECONNAISSANCE TEAM (HART). This is an announcement that the Air Force Research Laboratory (AFRL), in its role as an agent for the Defense Advanced Research Projects Agency (DARPA), intends to award a Sole Source contract to Northrop Grumman Systems Corporation, Integrated Systems Western Region, for the purpose of continuing further development and transition of the HART to theater. This effort would demonstrate and transition an existing multi-aircraft command, control, airspace management, payload geo-registration and video dissemination system for a large set of unmodified, manned, and unmanned air-vehicles systems including the existing flight-proven control of Aerovironment's Ravens, Wasps, Dragon Eyes, and Pointers, as well as Yamaha RMax, AAI's Shadow, Boeing's ScanEagle, and the C-12 (ARMS/MARS). This effort would include, but not be limited to, hardening for transition of an existing flight-tested autonomous cooperative command and control system for a collection of unmodified air-vehicles and ground stations including, as a minimum, the above listed platforms; demonstrating the ability of an existing system to add new, previously unsupported, air-vehicles to the system without modification of the air-vehicle or its associated ground station; refinement and certification of an existing flight-tested real-time geo-registration system with performance and accuracy for payloads associated with the above platforms to comply with National Geospatial Agency (NGA) accuracy requirements; hardening for transition of an existing flight-tested battery operated, man portable system demonstrated capable of performing air-vehicle command, control, and geo-registration to minimally meet the existing HART system performance as documented on the DARPA website, http://www.darpa.mil/IPTO/programs/hart/hart.asp; development and hardening of an existing net-centric user interface capability to provide tailored support to a wider range of users; development and overall system improvements of this existing capability to ensure successful transition to the field. Vendors who are capable of providing the services stated above shall fully identify their interest in being a prime contractor and submit, in writing, information documenting their qualifications and capabilities to meet the requirements Responses are due not later than 3:00 PM, Eastern Standard Time, on the fifteenth day after publication of this synopsis and shall be sent electronically to the Contracting Officer Philip R. Nelson, via email at Philip.Nelson@wpafb.af.mil. Security requirements restrict this potential acquisition to United States of America vendors/suppliers only. Responses received after 15 days or without the required information will be considered non-responsive to the synopsis and will not be considered. Responses shall be no more than ten (10) pages in length. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count. Pages shall be single-spaced, single-sided. The font shall be Times New Roman and the font size shall be no less than twelve (12) point. Use at least 1-inch margins on the top and bottom and ¾ inch side margins. Submitting your company brochure is not an adequate response. The Government recognizes that proprietary data may be submitted as part of this effort. If so, clearly mark such restricted or proprietary data. The Capability Statement should include the following elements in this format within the ten (10) page limit: 1. Prospective Vendor Identification a. Company name b. Address c. Phone number d. Fax number e. E-mail f. Point of contact information g. A website address that provides additional information about the prospective vendor h. The highest security clearance level that your company currently holds 2. Describe your relevant capability to provide further development and transition of the HART to theater. A brief history of the prospective vendor/supplier and its experience in providing the services is required. Provide information on up to three contracts for which you are currently providing or have provided services similar to the size and scale of this effort. 3. In the event that the Government issues an RFP for these services, identify your intent to submit a proposal as a prime contractor (and indicate the anticipated level of subcontracting/teaming). 4. All vendors responding to this announcement should indicate their business size, particularly if they are a small business. "Small business" means small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business, large, small, small disadvantaged, 8a, women owned businesses and HUB Zone. Other business opportunities for the Air Force Research Laboratory are available at www.fedbizopps.gov. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested vendors may identify their interest and capability to respond to the requirement or submit proposals. Importantly, this Notice of Contracting Action does not constitute an Invitation for Bids, Request for Proposal (RFP), or Request for Quote (RFQ), nor does this issuance restrict the Government's acquisition approach. Any information received is considered market research and may be utilized by the AF in developing its acquisition strategy, Statement of Work, and performance specifications and metrics. This market research will be used to assess the availability and adequacy of potential sources prior to issuing any RFP. The Government will not respond or conduct formal debriefings to vendors as a part of this NOCA. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this NOCA. Again, the Air Force intends to award a Sole Source contract to Northrop Grumman Systems Corporation, Accordingly, a determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Direct acquisition questions to the Contracting point of contact identified in the announcement. Direct technical questions to the Technical point of contact, Bill Koenig, AFRL/RYTC, at (937) 255-4709, ext. 3172, or e-mail William.Koenig@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLWRS/FA8650-10-R-7004/listing.html)
- Record
- SN01969731-W 20090926/090925001843-7e5d43fe55a1bde8304a81e56890e352 (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 |