Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2016 FBO #5354
SOURCES SOUGHT

U -- CROTAC Training

Notice Date
7/19/2016
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, 176TH WING/LGC, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998
 
ZIP Code
99502-1998
 
Solicitation Number
W91ZRU-16-T-0023
 
Archive Date
9/30/2016
 
Point of Contact
176 MSG Contracting, Phone: 9075510246
 
E-Mail Address
176msg.msc-missionsupportcontracting@us.af.mil
(176msg.msc-missionsupportcontracting@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Alaska Air National Guard, 176 MSG/MSC, is conducting market research to identify potential sources (including large business, 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns) with the capacity and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to provide Combat Rescue Officer Terminal Attack Control (CROTAC) training for the 212th Rescue Squadron (RQS). The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary. Guardian Angel (GA) Rescue Squadrons employ to non-permissive combat environments under threat of enemy attack. Lacking Joint Terminal Attack Control (JTAC) qualified personnel, Combat Rescue Officers (CRO) must be capable of directing fixed and rotary-wing aircraft providing supporting sensors and fires while engaged in Personnel Recovery operations. The contractor would be responsible for the following: 1. Provide on-site, co-located unmanned aircraft system (UAS) capability that is a contractor-operated line-of-sight asset to support training requirements for the duration of field training exercises that occur during specified calendar periods. UAS and operators must be capable of communicating with 212 RQS operators via government-provided radios and adjusting UAS flight and camera views in response to operator input. 2. Provide a co-located Ground Control Station (GCS). UAS operators at the GCS will be co-located with exercise controllers and must adjust UAS flight and camera views in response to exercise controller input. 3. Support training exercises on or near Joint Base Elmendorf-Richardson (JBER) by acting as a UAS or aerial asset providing sensor and fires support to ground forces. 4. Provide collection and transmission of real-time aerial video and still imagery of locations specified by the 212 RQS to support training requirements. 5. Transmit video downlink information to a variety of receivers, to include the L3 Rover TAC-SIR. 6. Support data management and data preparation into products. 7. Support pre- and post-planning requirements as well as participate in after-action reviews. Firms responding to the Sources Sought Notice must provide the following information: 1. Please provide the following point of contact information: Company, CAGE code, Address, Point of Contact, Phone Number, Fax Numbers, Email Address 2. Identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and/or a Native American Small Business under the proposed NAICS code 541690. 3. Brief summary of the company, of no more than 3 paragraphs. 4. A qualification statement stating that they are able to perform this requirement under this NAICS code. Submit a statement of interest and technical capabilities. 5. Has your company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide contract number, point of contact, e-mail address, phone number, and a brief description of your direct support of the effort? 6. Does your company have a SECRET facility clearance or have access to one should it be required? 7. Is your company currently providing similar items to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer, point of contact, e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. This is a Sources Sought Notice (SSN) only. This is not a solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. No further information or documentation will be provided. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. Any resultant contract is anticipated to be a Firm Fixed Price contract. Responses will not be returned nor will receipt be confirmed. Telephonic, facsimile and mail/courier responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU-16-T-0023/listing.html)
 
Place of Performance
Address: 17455 Airlifter Drive, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04187229-W 20160721/160719234337-f5428b99bca365b46b7c019d9a641f1d (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.