SOURCES SOUGHT
15 -- Aerial Remotely Piloted Vehicle Target (RPVT) Systems and Services - Draft Statement of Work
- Notice Date
- 4/30/2018
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-RPVT-SSN
- Point of Contact
- Joseph Candelaria, Phone: 4072083220, Rebeca A. Gonzalez, Phone: 4073843968
- E-Mail Address
-
joseph.candelaria5.civ@mail.mil, rebeca.a.gonzalez.civ@mail.mil
(joseph.candelaria5.civ@mail.mil, rebeca.a.gonzalez.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT AERIAL REMOTELY PILOTED VEHICLE TARGET (RPVT) SOURCES SOUGHT NOTICE Remotely Piloted Vehicle Target System (RPVT) and Services The U.S. Army Contracting Command-Orlando is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest, and industry technologies available, to provide RPVT systems and services. The result of this market research will contribute to determining the method of procurement. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST A FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI); Program Manager Instrumentation, Targets, Threat Simulators, and Special Operations Forces Training Systems (PM ITTS), Targets Management Office (TMO), Redstone Arsenal/Huntsville, AL has a requirement to provide aerial target system hardware and support services for Air Defense Artillery (ADA) training, various weapon system test requirements, and Foreign Military Sales requiring aerial target support. This system is not intended to be fielded and will require contractor support teams to operate and maintain the aerial target drones used as aerial target systems for tracking and live fire engagement in support of training; and for providing surrogate, threat unmanned vehicle systems for research, development, test, and training requirements. REQUIRED CAPABILITIES The Government requires the manufacturing of RPVT Air Vehicles (AVs), also referred to as targets or aerial targets, in accordance with the hardware performance specification MIS-PRF-56674 (No Technical Data Package available), as well as ground support equipment essential to operate and maintain the system. The requirements includes support services, related support equipment, mission payload system devices, and system operations and maintenance in the field to be provided by the contractor in support of demonstrations, simulation and live fire training and testing at designated locations, installations, and ranges worldwide. In addition to manufacturing, flight operations and maintenance services, the contract includes provisions to provide RPVT system in-storage maintenance, equipment security, environmental protection, quality assurance, logistics services, automated systems management and data reporting, aerial scoring services and hardware for both RPVT requirements and Aerial Target Flight Services (ATFS) requirements administered under a separate contract managed by the TMO. SPECIAL REQUIREMENTS The contractor shall be required to have a TOP SECRET facility clearance with SECRET storage requirements and be in compliance with the security regulations and security requirements specified in the Contracts Security Classification Specifications, DD Form 254 and addendum sheets. A limited number of contractor personnel shall be required to be cleared at the TOP SECRET level to support classified range operations. ELIGIBILITY The applicable NAICS codes for this requirement is 336411, Aircraft Manufacturing And the Product Service Code (PSC) is 1550, Drones This requirement is for a non-commercial, non-developmental contract. Award is intended to be made in the form of a single award. The contract will specify the requirements to be delivered in accordance with the RPVT draft Statement of Work and Hardware Performance Specification. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package statement package demonstrating ability to provide the products/systems listed in this sources sought notice. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Responses should include a narrative to demonstrate your capabilities and knowledge with diverse programs of this magnitude. Specifically, interested contractors shall: 1. Demonstrate your knowledge and capabilities in manufacturing unmanned aerial drones, overseeing flight operations of this system(s) and maintenance practices, as well as drone payload systems and the development, upgrading, and integrating complex RPVT systems by identifying relevant (within the last six years) past performance either as a prime or subcontractor. 2. Do you currently operate facilities used to manufacture similar RPVT systems? If so, describe the capabilities of the facility and storage capacity for Government Furnished Property. 3. Provide specific experience in managing operational drone flight services to include pilot/operators, payload specialist and maintenance technicians. 4. Provide your experience performing on firm-fixed price and cost reimbursable type contracts. (Dollar value, Period of Performance/Ordering Period) 5. Describe your ability and experience managing engineering resources, including logistics challenges, equipment modifications, configuration management and quality control issues, risks and mitigation plans. 6. Describe your approach to supporting multiple drone flight service operations simultaneously in geographically diverse areas. 7. The Government anticipates RPVT contract will require the delivery of a non-developmental RPVT drone system air vehicle, ground support equipment and various payload systems. Explain your firm's approach to delivering a variety of system components directly associated with meeting the requirements of TMO customers. 8. Teaming arrangements or Joint Ventures you may be pursuing to meet the RPVT requirements. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, HUB Zone and service disabled veteran-owned, etc.) Brevity of information is desired. Information should be sent via e-mail to joseph.candelaria5.civ@mail.mil and to rebeca.a.gonzalez.civ@mail.mil. Alternative submittal methods by mail to: ACC-Orlando, ATTN: Bravo Division (Rebeca Gonzalez), 12211 Science Drive, Orlando, FL 32826-3224. Responses are requested by 15 May 2018. The submission of this information is for Planning Purposes only and is not to be construed as a commitment by the Government to procure any services, or for the government to pay for the information received. No solicitation document exists at this time. Technical questions concerning this requirement shall be directed to PM ITTS TMO, Brian Whitaker, via email at brian.k.whitaker.civ@mail.mil or by telephone (256) 842-0379. All other questions concerning this requirement should be directed to Contract Specialist, Joseph Candelaria, via email or by telephone at (407) 208-3220, or the Procuring Contracting Officer Rebeca Gonzalez by email or by telephone (407) 384-3968.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fa6b64102c9befbf7151c4ffca8810f9)
- Record
- SN04904834-W 20180502/180430230713-fa6b64102c9befbf7151c4ffca8810f9 (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 |