SOURCES SOUGHT
15 -- Night Eagle (NE) system sustainment services
- Notice Date
- 11/25/2014
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-15-R-0060
- Response Due
- 12/10/2014
- Archive Date
- 1/24/2015
- 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 research purposes only, IAW FAR Part 10. The purpose of this announcement is to gain knowledge of interest, capabilities and qualification of businesses to compete and perform this requirement. This is not a solicitation for proposals and no contract will be awarded as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any prospective interested sources who anticipate competing for any resulting effort from this RFI will require access to Night Eagle technical data which is owned by the incumbent contractor, Leidos, CAGE Code 8A4GO, and which cannot be provided by the Government. The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a requirement for continued operation of the Night Eagle (NE) system which provides Intelligence, Surveillance and Reconnaissance (ISR) for counter Improvised Explosive Device (IED) support. The Night Eagle system was developed by the Air Systems Division (ASD) of Night Vision and Electronic Sensors Directorate (NVESD) of the Army's Communications-Electronics Research Development and Engineering Center (CERDEC). The Night Eagle system consists of two (2) Beechcraft C12/BE200 aircraft, two (2) ground stations, and up to 30 deployed personnel. Additional system infrastructure consists of an aircraft maintenance shelter, CONEX containers and aircraft ground support equipment. Operation of the Night Eagle system includes providing aircraft, flight operations, pilots, logistics support, systems integration, Material and Equipment, Test and Evaluation, and Certification of aircraft and equipment. Two primary levels of support required for this effort include flight operations and maintenance operations. The Contractor will have to continue to furnish all required aircraft, personnel, training, documentation, material, equipment, tooling, property, facilities, and vehicles not provided as Government Furnished Property (GFP), Government Furnished Spare Parts (GFSP), or Government Furnished Equipment (GFE) to perform this requirement to operate and maintain the fleet. The Contractor will have to perform all required maintenance, servicing, repairs, electro static discharge practices and work on aircraft systems, components and Government Furnished Property (GFP) IAW 14 CFR/OEM/FAA, Army approved procedures and regulations. This services requirement will be accomplished with the existing Night Eagle systems. Performance will take place primarily at deployed locations in Afghanistan. Continental United States (CONUS) performance will take place at the contractor and subcontractor facilities, and Government testing sites, to include the U.S. Army Yuma Proving Ground (YPG), Arizona; Fort AP Hill, Virginia; Fort Rucker, Alabama; Eglin Air Force Base, Florida and the Ft. Belvoir, Virginia. In support of the NE effort, NVESD will continue to develop, test and potentially deploy upgraded NE system components and new technologies to support the counter Improvised Explosive Device (IED) effort. Significant contractor support resources will be required to execute these efforts. The contractor is required to have a facility clearance of TOP SECRET and SECRET level of safeguarding. All deployed contractor personnel shall have or obtain a SECRET level clearance prior to actual deployment. Some deployed contractor personnel will require a TS/SCI security clearance. The government anticipates that there are no vendors that are capable of performing uninterrupted OCONUS operations at the level provided by the incumbent contractor, Leidos, and their subcontractors. Specific proprietary change detection software and unique material solutions may further limit competition, but all potential offerors should apply. All interested inquiries will be considered. Interested sources are requested to provide the following information: 1.Company name, CAGE code, address, point of contact, phone number, e-mail address, and business size (if small, provide type of small business). 2.Evidence of ability to operate and manage a requirement to support a U.S. Army Contractor Owned Contractor Operated (COCO) ISR Program. 3.Documentation demonstrating the ability to modify aircraft to integrate ISR equipment. 4.A brief description of the company's experience of modifying aircraft and integration of ISR equipment. 5.Identification of issues, concerns, or contingencies (if any) that might hinder the company from providing a firm-fixed-price, with cost reimbursable features proposal for the entire effort if requested to do so in a future Request for Proposals. 6.Identify your company's status in the Federal Government System for Award Management (SAM). 7.Indicate your company's interest in bidding on a solicitation in support of this requirement, if it is issued. All responses shall be submitted to the U.S. Army Contracting Command, ATTN: CCAM-AR-B/Matthew T. Copeland, 5304 Martin Road, Redstone Arsenal, AL 35898 or matthew.t.copeland2.civ@mail.mil and courtesy copied to Fixed Wing Project Management Office, ATTN: SFAE-AV-FW/Frederick L. Thompson (Acquisition Analyst), 650 Discovery Drive, Huntsville, Alabama 35806, frederick.l.thompson.civ@amil.mil. Electronic email responses will be accepted. Your responses are required by 1600 CST 10 December 2014. This Sources Sought Announcement is not a solicitation for requests for proposal. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this announcement to commit or obligate the Government or the responders to further action as a result of this research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/655ba352c02ca27f1d41c2790eb8fb9a)
- 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
- SN03581805-W 20141127/141125234522-655ba352c02ca27f1d41c2790eb8fb9a (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 |