SOURCES SOUGHT
15 -- Sources sought for conversion of Quick Reaction Capability (QRC) Airborne Intelligence Surveillance & Reconnaissance (AISR) into Enhanced Medium Altitude Reconnaissance & Surveillance Systems (EMARSS)
- Notice Date
- 9/2/2014
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ14R0264
- Response Due
- 9/17/2014
- Archive Date
- 11/1/2014
- Point of Contact
- Matt Copeland, 256-842-9812
- E-Mail Address
-
ACC-RSA - (Aviation)
(matt.copeland@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement for market survey purposes only. This is not a solicitation for proposals and no contract shall be awarded from this announcement. Sources Sought Announcement for the conversion of Quick Reaction Capability (QRC) Airborne Intelligence Surveillance & Reconnaissance (AISR) systems (Constant Hawk - Afghanistan, Tactical Operations/Light Detection and Ranging, and Liberty Project Aircraft) into Enhanced Medium Altitude Reconnaissance & Surveillance Systems (EMARSS). These systems provide a persistent capability to detect, locate, classify/identify, and track surface targets in day/night and near-all-weather conditions with a high degree of timeliness and accuracy. The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a requirement to convert up to 14 QRC AISR systems to meet threshold requirements for the EMARSS program of record. These conversions will include significant communications and network changes, leveraging previous investments in QRC sensors developed to support Overseas Contingency Operations (OCO). The purpose of this announcement is to gain knowledge of interest, capabilities and qualification of businesses to compete and perform a cost-reimbursement type contract. This announcement supports Federal Acquisition Regulation Part 10 Market Research requirement. The QRC systems are highly modified, Government-furnished Beechcraft KingAir 300 commercial derivative aircraft and shall be further modified to include, but not limited to, the following: - Updated Aircraft Survivability Equipment. - On-board multi-intelligence mission capability (electro-optical/infrared, communications intelligence, geospatial intelligence, light detection and ranging). - Sensor simultaneity within limited Size, Weight and Power-Cooling (SWaP-C) allowances. - Reconfigurable sensors to allow for interchangeable intelligence sensor suites. - Wideband digital data links - line of sight and beyond line of sight. - Net ready capability using the Operational Intelligence Ground Station, software and workstations for all control, processing and exploitation. - Interoperable with the Distributed Common Ground System - Army (DCGS-A) and the Army enterprise network. Delivery of the initial Liberty Project Aircraft conversion is required within 12 months of contract award, to be followed by a government operational test event. Delivery of the remaining aircraft conversions are planned during the FY15-FY18 timeframe. Offeror's will demonstrate the production capacity to conduct (4) conversions simultaneously and the remaining conversions in a non-consecutive manner to support operational requirements. The Government does not currently possess a technical data packages for these QRC systems as they were developed under three separate QRC efforts and not intended for long term retention. Offeror's response to this announcement shall be limited to 20 pages and shall include the following information: - Offeror's name, address, point of contact, phone number, and e-mail address - Offeror's interest in bidding on the solicitation when it is issued - Offeror's CAGE Code, business size, (if a small business, please indicate whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc...) - Offeror's Joint Venture information, if applicable (existing and potential) All responses shall be submitted to the U.S. Army Contracting Command, ATTN: CCAM-AR-B/Trent A. Steadman, 5304 Martin Road, Redstone Arsenal, AL 35898 or trent.a.steadman.civ@mail.mil and courtesy copied to Fixed Wing Project Management Office, ATTN: SFAE-AV-FW/Carol Matthews (Acquisition Analyst), 650 Discovery Drive, Huntsville, Alabama 35806 or email to carol.h.matthews.civ@mail.mil. Your written responses are required by 1500 CDT 17 Sep 2014. All questions and comments must be in writing (electronic email responses are acceptable), and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items, nor does the U.S. Army intend to award on the basis of this request for sources sought or otherwise pay for the information solicited. ---------------------------- Classification Code: 15 -- Aircraft & airframe structural components NAICS Code: 336411 - Aircraft manufacturing
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a2f66ab7ff8dab2d93d6b0ecc3872a6f)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03491682-W 20140904/140902235204-a2f66ab7ff8dab2d93d6b0ecc3872a6f (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 |