SOURCES SOUGHT
J -- Aerial Targets Operations and Maintenance Services - AT Market Research Questionnaire
- Notice Date
- 4/25/2014
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, Suite 306, Newport News, Virginia, 23606-4516, United States
- ZIP Code
- 23606-4516
- Solicitation Number
- FA4890-14-R-0012
- Archive Date
- 5/30/2014
- Point of Contact
- Roger J. McAughan, Phone: 7572256321, Carla Ashby, Phone: 7577649148
- E-Mail Address
-
roger.mcaughan@langley.af.mil, carla.ashby@langley.af.mil
(roger.mcaughan@langley.af.mil, carla.ashby@langley.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research Questionnaire for completion by interested parties. THIS SOURCES SOUGHT NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS ANNOUNCEMENT CLOSES 15 MAY 2014. The government is seeking industry input from all sources at this time to determine if this acquisition should be procured as a total small business set-aside under the auspices of the Federal Acquisition Regulation (FAR) Part 19.5. Interested small business concerns are highly encouraged to respond to this request. The applicable North American Industry Classification System (NAICS) code for this requirement is 488190 with a size standard of $30.0M. Interested parties must be registered in the System for Award Management (www.sam.gov) under NAICS code 488190: Other support activities for air transportation. Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the acquisition strategy to obtain non-personal services necessary to provide:  Program Management, Management, Maintenance, and Mission Support for full-scale aerial targets (FSATs) (QF-4 & QF-16) manned and remotely piloted aircraft/drones (20% QF-4 and 80% QF-16 with transition to 100% QF-16)  Management, Maintenance, and Mission Support for sub-scale aerial targets (SSATs) to include on-board scoring system  O&M of Range Control Systems including instrumentation, computer hardware, display consoles, communications equipment, radar, Link-16, support equipment, system software, equipment associated with target control and range control operations, Flight Termination System, ACMI, interface with Airborne Warning and Control System (AWACS) modeling and simulations system, and standard television system  O&M of the Gulf Range Drone Control System (GRDCS) and its computer hardware, displays, consoles, communication equipment and system software  On-call maintenance of telemetry/data systems and support equipment  System programming for GRDCS including ongoing development and maintenance of GRDCS software  O&M of Gulf Range air surveillance radar and telemetry/communication equipment located on remote Gulf Range sites  O&M of the Gulf Range Video System  Technical writing support for special projects conducted within the 53rd WEG  O&M of Mobile Control System (MCS) equipment  Hardware and software systems engineering for targets, control systems and associated equipment to include installation, software troubleshooting, and system change recommendations and documentation  O&M of payloads on full-scale aerial targets (FSATs) and sub-scale aerial targets (SSATs) Additionally, the contractor shall provide all management, personnel, equipment, tools, materials, supervision, and other items and support necessary to perform services as defined in the attached draft Performance Work Statement (PWS) dated 25 April 2014. The anticipated contract start date is 01 Oct 2015. The anticipated period of performance is five (5) years - base year plus four (4) option years. This support is mainly required at Tyndall AFB, FL and Holloman AFB with periodic deployments to Utah Test & Training Range and/or other locations ACC AMIC is conducting market research in an attempt to promote full and open competition to the maximum extent practicable, and to define our requirements in performance based terms. A determination regarding the set aside status for this effort has not been made. This is not a formal Request for Proposal (RFP) and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. Potential offerors may comment on this requirement, or recommend application and tailoring of requirement documents or alternative approaches, via the email address listed below. All interested parties are encouraged to submit responses to the questions in the market research questionnaire (attachment 1). Interested small business concerns should also submit a capabilities package (please limit to no more than 7 pages total) outlining their key business abilities relevant to the performance of this requirement.* All companies are encouraged to respond and submit the requested information to this office by 4:00 p.m. Eastern Daylight Time (EDT) on 15 May 2014. Please title your separate email as follows: [Company Name]-Market Research Questionnaire RFP FA4890-14-R-0012 [ Company Name]-Small Business Capabilities Package RFP FA4890-14-R-0012 *The Capabilities Package should be submitted by small businesses only. All emails regarding this recompete effort should be forwarded only to accamic.drx.aerialtargetsrecompete@us.af.mil. Interested parties are cautioned not to forward emails or requests for information to individual government representatives. The ACC AMIC/PKCA points of contact for subject requirement are Ms. Carla Ashby, Contract Manager, and Roger McAughan, Contracting Officer, email accamic.drx.aerialtargetsrecompete@us.af.mil or (757) 764-9148.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-14-R-0012/listing.html)
- Place of Performance
- Address: Tyndall Air Force Base, 82nd ATRS, 1311 Florida Avenue, Panama City, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN03348764-W 20140427/140425234114-8c72d8be398ff2d241f7733eaedc978e (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 |