Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

M -- Request for Information Remotely Piloted Aircraft (RPA) Squadron Operations Centers (SOC) program

Notice Date
8/13/2015
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620_Request_For_Information
 
Archive Date
9/12/2015
 
Point of Contact
Edward A. Davidson, Phone: 9372558665
 
E-Mail Address
edward.davidson.1@us.af.mil
(edward.davidson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. This announcement constitutes a Request For Information(RFI) for the purpose of conducting market research only. No solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this RFI or any follow-up information requests. The purpose is to identify potential capable sources which can provide, continued development, production, retrofit and the integration of new capabilities. The United States Air Force (USAF), through the Air Force Life Cycle Management Center (AFLCMC), has an agreement with the Department of Energy (DOE) National Secure Manufacturing Center (NSMC) to provide the supplies and services required to support the Remotely Piloted Aircraft (RPA) Squadron Operations Centers (SOC) program. The RPA SOC has been formally acknowledged as an essential part of the MQ-9 UAS and requires timely solutions. The USAF is planning for the continued development, production, retrofit and the integration of new capabilities. The RPA SOC relies on open architecture, modular systems, and procurement, integration and testing of Commercial-Off-The-Shelf (COTS) and Government-Off-The-Shelf (GOTS) systems, sub-systems and components. The vendor must be capable of providing time-sensitive support, compliant technology/end items, and the appropriately cleared personnel required to complete the installation of the systems, sub-systems and components for the remaining new RPA SOC sites and the operations and sustainment of the combined fleet supporting MQ-1 and MQ-9 Combat Air Patrols. If a contractor believes they can provide all these efforts with no degradation to the MQ-9 UAS RPA SOC weapon system level performance or fielding schedule, they should respond to this Sources Sought Synopsis. Beginning in FY16, two complete SOCs must be procured and installed at remaining Air National Guard (ANG) sites (Michigan and New York - Niagara) with receipt of associated Authority To Operate (ATO) granted by the Authorizing Agency. Additionally, the vendor must also be capable of satisfying requirements in support of the sustainment activities for the entire combined fleet. The supporting requirements include the following: - Provide engineering services which include systems engineering for hardware and software required in new and existing SOCs - Possess the capability to use of third-party independent evaluation of technical products, devices, and solutions - Provide requirements verification and validation, procurement evaluation and life cycle recommendation, installation design and evaluation, and technical writing and documents - Provide expedited analysis, manufacturing or procurement, delivery, installation and test of compliant hardware components (routers, computers, cables, servers, communications equipment and data processing equipment) - Provide expedited analysis, manufacturing or procurement, delivery, installation and test of compliant software (operating systems, programs, data, data storage and transfer) - Provide expedited analysis, procurement, delivery, installation and test of compliant COTS and GOTs hardware and software components - Provide intelligent engineering procurements. Intelligent assessment of substitutions that preserve function and provide unlimited Government ownership and retention of integrated systems and components intellectual property rights, and customized design, manufacture and delivery. - Provide availability of appropriately cleared personnel. The SOC directly supports the MQ-9 combat weapon system and only individuals with TS/SCI or equivalent clearances are authorized in operational SOCs. - Provide compliant items and systems. Trade Act Agreement (TAA) complaint hardware and software components and the ability to perform expedited market research, contracting and procurement actions. - Provide trusted supplies and services. The RPA SOC Program requires partnerships and networks with appropriate agencies that have associated or similar mission requirements and experience enabling them to perform appropriate market research, engineering services, program management, technical design, verification, evaluation and writing in an expedited timeframe and in compliance with associated regulations. - Provide management of Diminishing Manufacturing Sources and Material Supply (DMSMS). The information-technology used in constructing and sustaining SOCs has an inherently quick turnover and high tempo of obsolecense. The ability to identify, manage and rapidly avert DMSMS situations is essential to maintaining operational capaility. The contractor will be responsible for obtaining access to all necessary technical data and expertise needed to develop, produce, integrate and install all system hardware meeting software, technical, functional, interface, power, cooling, reliability, qualification, and acceptance requirements. Interested sources must provide specific details on how required technical data and expertise will be obtained. The MQ-9 Program Office is surveying the market to determine if any sources are capable and qualified to perform all of the aforementioned requirements for this contract. Qualified sources must have an in-depth knowledge of the MQ-9 RPA SOC system and have the existing capability to perform all of the stated requirements commencing in FY2016. Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet all stated requirements. The package shall also include the following information and address the questions below: Company/Institute Name: Address: Point of Contact (to include phone number and email address) : CAGE Code: Web Page URL: Size of business pursuant to NAICS Code 561210 Facilities Support Services; Government base facilities operation support services, size Standard: $38.5M Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women- Owned Small Business (Yes / No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: ____________ SBA Graduation Date: ______________ All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? •1. Does your firm have knowledge of the MQ-9 UAS RPA SOC including the various fielded configurations of ground control stations, aircraft, radar, multispectral targeting system, operational flight program (OFP)/ all other system software and communications equipment? ( If so, please include past performance ratings/evaluations such as Contract Performance Assessment Ratings, Award Fee Determinations, or similar contract incentives to verify this assertion) •2. Does your firm have past experience with the MQ-9 UAS RPA SOC or similar programs? •3. Does your firm have qualified personnel and facilities available to support onsite and overseas maintenance/sustainment and logistics support activities for the MQ-9 UAS RPA SOC; to include supply of all spares? •4. Can your firm manufacture and deliver the MQ-9 UAS RPA SOC to current design and specification requirement at rates of 1 site in 3 months with appriopriate Authority To Operate (ATO) granted by the Authorizing Agency beginning in FY16? •5. Can your firm support the ongoing sustainment of the fielded configurations of the MQ-9 UAS RPASOCs and the continuing integration of new COTS and GOTS components and capabilities into the MQ-9 UAS RPA SOC? This includes both hardware modifications of the fielded design, update of existing system software, and retrofit of new capabilities into the fielded systems. This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited All submissions are requested to be made electronically by 4:00 PM EST on 27 AUG 15 and sent to the MQ-9 Program Office, Attn: AFLCMC/WIIK, email: 703aesg.syk@wpafb.af.mil. Marketing materials are considered insufficient and direct/succinct responses to the request above are preferred. Please limit responses to 10 pages double sided inclusive of all graphs and tables. The font shall be Times New Roman and no smaller than 10 point with at least a one-inch margin. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment. There is no restriction on who can respond to this RFI. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Contracting Office Address: AFLCMC/ WIIK Medium Altitude Unmanned Aircraft Systems Area B, BLDG 560 2530 Loop Rd West Wright-Patterson AFB, Ohio 45433 Primary Point of Contact AFLCMC/WIIK 703aesg.syk@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620_Request_For_Information/listing.html)
 
Place of Performance
Address: Varies, United States
 
Record
SN03838355-W 20150815/150814000331-36e6f68ccef107f6d3ad0d0593b29ac4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.