SOURCES SOUGHT
V -- Multi-Dimensional Air Craft Support
- Notice Date
- 4/7/2017
- Notice Type
- Sources Sought
- NAICS
- 481219
— Other Nonscheduled Air Transportation
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, MARSOC, Building H-1, Floor 1GS, Camp Lejeune, North Carolina, 28542, United States
- ZIP Code
- 28542
- Solicitation Number
- H92257-17-U-0002
- Archive Date
- 5/5/2017
- Point of Contact
- Jessica Butler,
- E-Mail Address
-
jessica.butler@socom.mil
(jessica.butler@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR MARKET RESEARCH PURPOSES ONLY. The U. S. Marine Corps Forces, Special Operations Command (MARSOC) is conducting market research to determine availability of sources (Organizations, Companies, Businesses, Vendors, etc.) capable of satisfying all of the fixed-wing multi-dimensional aircraft training support requirements listed below in section 1 of this Sources Sought. This special notice is for planning and informational purposes only and SHALL NOT be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal. Any formal solicitation that may subsequently be issued will be announced separately through Federal Business Opportunities (FedBizOpps). Information on the specific topics of interest is provided in the following sections of this announcement. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. The Government (MARSOC) is seeking responses to this Sources Sought Synopsis from all interested businesses capable of satisfying the entire requirement. Large and small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. 1. Description of Supplies and Services: 1.1 MARSOC requires Contractor support to provide a multi-dimensional aircraft (A/C) capable of realistic military training that can simultaneously provide: Intelligence, Surveillance, and Reconnaissance (ISR), Signals Intelligence (SIGINT), Simulated Close Air Support (SimCAS), and Parachute Operations (e.g., tactical insert in Military Free-Fall (MFF), and Tandem Offset Resupply Delivery System (TORDS) of equipment and personnel). The Contractor provided aviation platform shall be able to provide ISR, replicate the actions of SIGINT and SimCAS (no ordnance, live or inert, will be dropped from contractor A/C), be able to support SIGINT riders and up to 500 pounds of Government Furnished Equipment (GFE) (i.e., incorporate GFE; PRC117G and SIGINT computers/antennas/equipment as required), while simultaneously be able to insert/egress up to eight personnel (‘jumpers') and equipment, and operate day or night, up to a mean sea level of 25,000 feet. 1.2 Multi-dimensional A/C shall have the following specifications: a. Broadcast Rover/Video Scout compatible Full Motion Video (FMV) via L, S, C Ka, Ku Bands and Analog, CDL, BECDL, Tactical, and Predator waveforms for Line of Sight (LOS) downlink to Video b. Scout and Rover 6 ground systems; and capable of Legacy FMV equipment, C-band, and FMV via LOS, from the aircraft to the ground c. Possess Beyond Line-of-Sight (BLOS) FMV capability (A/C to ground) via non- secure, IP-based log-in over internet capable devices d. Have three (3) permanent positions (seats) for SIGINT Operators (Technical/Military riders), and A/C must allow for SI antenna with various angles of adjustment e. Have seats for a minimum of eight (8) jumpers, and be capable of side door exits for ParaOps (MFF; High Altitude High/Low Opening (HAHO/HALO) f. Have a permanently installed static-line retrieval system g. Have functioning communications between the crew and the military, both fore and aft, and provide integration for GFE -PRC117G communications over Satellite (SATCOM) and UHF/VHF (i.e., provide seamless Communications integration for ground personnel (DZ Party, maneuvering unit, crew, and SIGINT sensor operator) h. Capable of Unconventional Warfare mission sets, to include: Message Pick-Up (MPU), bundle delivery, and emergency Casualty Evacuation (CASEVAC) I. Equipped with appropriate Global Positioning System (GPS) for calibrating Government equipment j. Able to secure GFE provided O2 consoles to support MFF (HAHO/HALO) operations k. Capable of 7 Hours "Survey" time, and have 6 Hours O2 for 5 personnel (2 pilot/3 SI riders) l. Have the ability to ‘actively' track aircraft (and ‘jumpers') at all times 1.3 The multi-dimensional aircraft must be: listed on the approved Air Mobility Command (AMC) Paratroop Air Carrier Listing for DoD; approved for Interstate Operations (‘outside 25-miles'); capable of Short Take Off Landing (STOL) from improved or unimproved airfield's; and in compliance with United States Special Operations Command (USSCOM) Directive 350-8 (Commercial Aviation Oversight Procedures), DoD Instruction 4500.53 (DoD Commercial Air Transportation Quality and Safety Review Program), Federal Aviation Regulation (FAR) PART 135, USSOCOM FM 3-05.211 (Special Forces Military Free-Fall Operations), and GTA 31-02-001 Special Forces Air Operations. 1.4 The aircrew shall be knowledgeable in ISR, SIGINT, SimCAS, and ParaOps (jumpmaster interface and coordination) and provide the aircraft capability, limitations, and safety considerations to Government personnel using the aircraft. Additionally, the Contractor shall be capable of providing Subject Matter Experts (SMEs) in the areas of: Joint Tactical Air Controller (JTAC) and Signals Intelligence (Sensor) Operator. The SMEs shall possess the skills, knowledge, experience, and expertise to perform the services required, and must have a current Secret clearance. All Contractor personnel engaged in air Operational Support Services (e.g., pilots/mechanics and other technical personnel), shall have current and valid professional qualifications, certifications, and licenses to satisfy all the requisite Federal Aviation Administration (FAA) and Federal Aviation Regulations (FAR) requirements. The end state of the training associated with the multi-dimensional aircraft shall be that MARSOC personnel receive realistic military training in ISR, SIGINT, SimCAS, and ParaOps (Operational Support Services), to provide a unit commander various options during Course of action (COA) development in support of F3EAD in-order to enable and provide mission ready elements-teams-units for real-world operations. 2. The anticipated contract type is FFP/IDIQ (Firm Fixed Price/Indefinite Delivery Indefinite Quantity). The estimated period of performance shall be for a 5 year ordering period. 3. NAICS code for this requirement: 481219, Other Nonscheduled Air Transportation with a size standard of $15.0 Military PSC Code: V221 Interested firms capable of providing all the services and supplies identified in this Sources Sought Synopsis must include the following information your response: 1. Firm's name, profile, address, DUNS number, CAGE code, point of contact, telephone number, and email address. 2. Firm's capability to perform all the REQUIRED services (i.e., a multi-dimensional aircraft that can provide ISR, SIGINT, SimCAS and Interstate ParaOps (Operational Support Services)), as well as Contractor SME support. Your Firms capability statement/brief should be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Please include contract number, description, dollar value, and customer POC. 3. Firm's business size (large or small) and all applicable socio-economic category information (i.e. SDB, 8(a) HUBZ, EDWOSB, WOSB, SDVOSB, etc.). 4. Responses are limited to email correspondence, and limited to 10 pages. Questions regarding this Sources Sought Synopsis shall be submitted No Later Than (NLT) 12:00 PM Eastern Standard Time (EST) on 12 April 2017. After this deadline, questions will not be considered regarding this announcement. Response submissions to this Sources Sought Synopsis must be received NLT 12:00 PM EST on 20 April 2017. Submission after this time frame shall not be considered. Interested vendors are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government will not review general capability statements. Please ensure submissions are tailored to this specific Sources Sought Synopsis requirement. Questions shall be submitted via email to: jessica.butler@socom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/MARSOC/H92257-17-U-0002/listing.html)
- Record
- SN04464772-W 20170409/170407234638-3ed4b2b313b7405c7781bd382c80c313 (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 |