Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2016 FBO #5367
SOLICITATION NOTICE

L -- PMA-263 Small Tactical Unmanned Aircraft Systems (STUAS) Basic Ordering Agreement (BOA)

Notice Date
8/1/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-16-NORFP-PMA-263-0017
 
Archive Date
8/31/2016
 
Point of Contact
Denise R Lamb, Phone: 301-757-5902
 
E-Mail Address
denise.lamb@navy.mil
(denise.lamb@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to award a sole source Basic Ordering Agreement (BOA) N00019-17-G-0001, with Insitu Inc., 118 E. Columbia River Way, Bingen WA, in support of PMA 263 Programs, which include RQ-21A Blackjack Unmanned Aircraft System (UAS), ("Blackjack"), Close Range, Naval Special Warfare (NSW) ScanEagle, and Foreign Military Sales (FMS). The BOA will have the capability to place Firm -Fixed Priced (FFP) and/or Cost Type Orders. The BOA will support the requirements of the RQ-21A Blackjack Program; hardware, services and training necessary to sustain, support and modernize the Government owned ScanEagle Unmanned Aircraft Systems (UAS) in support of the NSW program; and procurement of ScanEagle (SE) Air Vehicles (AV) hardware, upgrades and modifications to previously procured UAS systems in support of FMS requirements, as well as spares, site activation/survey, training, program management, Field Service Representatives (FSR'S), and associated technical data and computer software. The type of supplies and/or services to be procured under the BOA is anticipated to include, but will not be limited to, engineering investigations; the development of change requests and associated engineering change proposals; feasibility studies; integration studies and efforts; flying qualities analyses; the development of test plans; test equipment modification and calibration; laboratory simulations; air vehicle modifications; tooling calibration; sustaining logistics and engineering support; the development of noncommercial technical data and computer software; program management, engineering, and technical support for the RQ-21A Blackjack UAS; change kits; integration kits; ground tests; flight test; wind tunnel testing; antenna testing; fatigue test and analysis; and interchangeability assessments. This BOA will cover a five year ordering period (FY17-22). In accordance with FAR 5.201 each applicable Delivery Order issued under the BOA shall be synopsized. Insitu, Inc. is the sole designer, developer, and manufacturer of the RQ-21A Blackjack, and as such, is the only known source available with the requisite technical knowledge, experience and tooling to perform the efforts described herein, in order to satisfy the Government's requirement. Additionally, Insitu, Inc. is the sole designer, developer and,manufacturer of the ScanEagle UAS and sustainment parts, and as such they are the only source known to possess sufficient knowledge and familiarity with the design and related specifications to manufacture ScanEagle and perform the required technical efforts. As the Original Equipment Manufacturer (OEM), Insitu Inc. is the only contractor that is able to provide the wide range of engineering and manufacturing efforts required to produce the ScanEagle system Insitu Inc. fully funded the development of the ScanEagle and as such the Government has limited rights. Additionally, the maintenance and operations services for ScanEagle systems are unique services available only from Insitu. The Government has not yet obtained the data necessary, such as manuals, drawings, software interface controls, and interface control documents, to maintain ScanEagle systems and train and certify the Field Service Representatives (FSRs) as the operators and maintainers. As such, the U.S. Government does not have sufficient technical data rights to use in a competitive solicitation. This requirement will be procured in accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The North American Industry Classification Systems (NAICS) code for the supplies anticipated needed herein is 541330. Small businesses interested in subcontracting possibilities may contact Jim Lambo, 509-493-6565, Insitu, Inc. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This synopsis is published for information purposes only. (THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS). A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted. Primary Point of Contact: Calvin Reed Email: calvin.reed2@navy.mil Phone: (301) 757-5907 Secondary Point of Contact Denise Lamb Email: Denise.lamb@navy.mil Phone: (301)757-5902 Contracting Office Address: Building 2272 47123 Buse Road, Unit IPT Patuxent River, Maryland 20670
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-NORFP-PMA-263-0017/listing.html)
 
Place of Performance
Address: 118 E. Columbia River Way, Bingen, Washington, 98605, United States
Zip Code: 98605
 
Record
SN04203765-W 20160803/160801235152-a4bd7161de8420a12f7abc91b6e1efc4 (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.