SOURCES SOUGHT
D -- This announcement constitutes a Request for Information (RFI) from US firms. Responses are not sought from foreign firms.
- Notice Date
- 1/9/2012
- Notice Type
- Sources Sought
- Contracting Office
- ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-PM-UAS-UMS
- Response Due
- 2/9/2012
- Archive Date
- 4/9/2012
- Point of Contact
- Charnis C. Boards-Bailey, 2568427126
- E-Mail Address
-
ACC-RSA - (Aviation)
(charnis.boardsbailey@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This announcement constitutes a Request for Information (RFI) from US firms. Responses are not sought from foreign firms. THIS IS NOT A REQUEST FOR PROPOSALS. There is no solicitation package available. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Department of Army, Program Manager- Unmanned Aircraft Systems (PM-UAS) is exploring options for Contractor performance to provide Universal Mission Simulators (UMS) for Unmanned Aircraft Systems (UAS). In support of the operation of the UMS system, a Contractor would furnish the necessary personnel, material, equipment, services, and facilities to perform the following services. a.The Contractor would design, build, and provision UMS for the U.S. Army. The simulator would be a 6 Degrees-of-Freedom (DOF) model that incorporates multifunctional software approaches in order to provide UAS operators with a high fidelity simulator for individual, crew, and collective training. The use of UAS system software is mandatory for the software approach. This effort would also involve possibly adhering to specifications set forth in a Level III Technical Data Package, along with provisioning and cataloging of the UMS. b.The Contractor would perform fielding and support services of the UMS at selected U.S. Army installations. This function would involve the actual shipment, setup, quality assurance, and maintenance of both Software and Hardware solutions of the UMS. It would include contractor personnel located at approved sites for quick response, in both the Continental United States, and overseas locations. c.The Contractor would provide the necessary facilities for the storage, upkeep, and issuance of UMS spares and repairables. This function would include the capability to ensure that no installation UMS support exceeds 48 hours Non-Mission-Capable (NMC) PM-UAS is seeking the following information: 1.Potential Respondents shall describe how they would propose to successfully perform each of the three services, assuming that all services provided by Respondent would be accomplished in accordance with all applicable U.S. laws, regulations, policies, and procedures. 2.Potential Respondents shall describe both their existing relationships with the following entities and the extent to which such relationships would enable Respondents to successfully perform each of the three services: a. Joint Simulation Integration Laboratory (JSIL), b. Aircraft Armament Incorporated (AAI), c. General Atomics (GA), d. Program Manager -Unmanned Aircraft Systems, (PM-UAS), Product Manager, Common Systems Integration (PdM-CSI), Product Manager, Ground Maneuver-Shadow (PdM-GM) Product Manager, Medium Altitude Endurance-Gray Eagle (PdM-MAE) e. PEO-STRIProgram Executive Office for Simulation, Training and Instrumentation f. Northrop-Grumman 3.Potential Respondents shall describe proposed financial plans, including, if appropriate, the manner in which charges levied for services rendered would be derived. Charges cannot be based on cost plus a percentage of cost. 4. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. The response date for this market research is 9 February 12. No USA collect calls will be accepted. All responses to this RFI should be submitted to: Army Contracting Command - Redstone, ATTN: CCAM-AU, Monica Williams, Building 5303 Martin Road, Redstone Arsenal, AL 35898-5280 The phone number for the Contracting Officer is (256) 842-7126 USA. Responses SHALL NOT include classified information. In accordance with FAR 15.207(b), all information received in response to this Presoliciation Notice shall be safeguarded adequately from unauthorized disclosure. SPECIAL NOTE: Notice is given that System Studies and Simulation, Inc. (S3) and Aerodyne, Inc., a wholly owned subsidiary of MCR, LLC, (UAS support contractors) will assist the Government in review of any information submitted in response to this RFI. If a contractor submits proprietary information under this RFI, the contractor must execute a Non-Disclosure Agreement between themselves and the support contractors listed above. Contact Pat Shores, Senior Training Systems Manager, S3, Inc., phone 256-313-3845, email pat.shores@s3inc.com and Bobby Reynolds, Lead Associate (UAS TADSS Development & Support Analyst), Aerodyne, Inc., phone 259-842-1091, email breynolds@mcri.com. A signed copy of the NDA agreements must be furnished to the Government POC named above with the response submission. Contractors are hereby advised that they are accountable for marking their submissions appropriately. 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 information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed - in whole or in part - for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Sheets [insert numbers or other identification of sheets]. Your company should also mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1bc55a37878abfa7a771e143aee2da21)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM-AU, Building 5300, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02650945-W 20120111/120109234137-1bc55a37878abfa7a771e143aee2da21 (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 |