Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
SOURCES SOUGHT

H -- UAV Flight Crew Service

Notice Date
7/3/2018
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground (W911S6), Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
 
ZIP Code
84022-5000
 
Solicitation Number
W911S618R0010
 
Archive Date
9/28/2018
 
Point of Contact
Paul E. Frailey, Phone: 4358312587
 
E-Mail Address
paul.e.frailey.civ@mail.mil
(paul.e.frailey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT - FLIGHT CREW The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) is seeking sources interested in: Tactical Unmanned Aircraft Systems (TUAS) Flight Crew for the Shadow System and potentially Smalls Unmanned Aircraft Systems (SUAS). The flight crew with RIAC would be in support of Project Manager of Unmanned Aircraft Systems (UAS) and external customers. Any interested party would be required to provide trained personnel to include; Standardization Operators (SO), Instructor Operators (IO), Air Vehicle Operators (AO), External Pilot (EP), Engineer and Maintenance (QA/QC) personnel. This requirement is in support of the Rapid Integration and Acceptance Center (RIAC), Dugway Proving Ground (DPG). The requirement will be for a base year and 2 each options periods of 1 year each. THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the TUAS flight crew services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. The Government encourages all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized on the Government Point of Entry. It is the responsibility of potential offerors to monitor the Government Point of Entry for additional information pertaining to this requirement. Total contract performance period is 36 months from the date of receipt of the notice to proceed. The resultant award will be a Firm-Fixed Price, or potentially a Cost type contract. The designated NAICS Code is 488190, Support Activities for Air Transportation, with a size standard of $32.5M. Magnitude of the requirement is labor only for an expected 7 full time employees. The following are the objectives for this requirement: a) Provide qualified crew members on the Shadow UAS as defined in AR 95-1 and TC 3-04.11. Preferably current certifications. b) Provide independent flight crew for Shadow Flight Acceptance Testing. (Please provide any conflicts of interest that may arise with being affiliated with manufacturer). c) Hire personnel to operate as an effective team in support of flying the Shadow System for Engineering and Flight Acceptance Testing. d) Oversee and maintain Shadow equipment system. e) Site set up for flight activity. f) Knowledgeable of handling Communications Security. g) Maintain air crew training program h) Operate Class 3 with potential of Class 2 i) Contractor shall support PM UAS RIAC activities with a full time UAS RIAC Flight crew located at DPG. This may be up to 7 full time employees (FTEs). j) Provide planning, organizing, controlling, staffing, training and management functions required for flight crew Services include the following Functional Areas (FAs): a) Support PM UAS RIAC Army, domestic and civilian customers b) Individuals will include three air vehicle operators (two having IO/SO Qualifications and one external Pilot), Engineer and two maintainers. c) Proper notation of log books d) 25% Travel e) Obtain and maintain DOD Secret Clearance f) Perform as a Subject Matter Expert in operator and equipment related issues g) Provide technical and operational expertise in support of acceptance and engineering testing h) Reviews test plans i) Perform preflight, in flight and post flight checks and procedures j) Conduct flight card and checklists of aircraft and equipment k) Shall provide Government Production Status Report for acceptance testing l) Will abide by Government Flight Representative and Flight Safety of Flight Program in accordance with AR 95-20. m) Maintain RQ-7B Shadow System Safety Program n) Be in compliance with federal, state and local environmental laws and regulations A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website (www.fedbizopps.gov). Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this acquisition. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. All potential offerors must be registered in the System for Award Management (SAM), effective July 20, 2018 to receive government contracts. NOTE: In March 2018, the General Services Administration (GSA) implemented fraud prevention security measure in the System for Award Management (SAM) which required every new contractor registrant to provide a written (hard copy), notarized letter confirming the entity's Administrator that is authorized to register the entity in the SAM database, or to make changes to its registration. Effective 29 April 18, the notarized letter process is now mandatory on all Current registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. The Office of the Secretary of Defense and GSA realizes the length of time needed to transmit, receive, process, and approve the notarized letters presents a significant impact on the ability of the contracting activity to make timely awards, but in order to mitigate the concern of fraud, these steps and the time need for processing, is unavoidable. Coordinated pre-planning and communication can help minimize this impact. The notarized letters must be postal service mailed (not emailed or faxed) to the "Federal Service Desk" and must contain the information outlined in the SAM posted FAQ at: (https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DP, Attn: Paul E. Frailey, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 5:00 PM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), July 20, 2018 via email (paul.e.frailey.civ@mail.mil). Interested parties shall enter "Flight Crew Services" in subject line of email. The point of contact concerning this sources sought action is Mr. Paul E. Frailey, Contract Specialist at (435) 831-2587, or email paul.e.frailey.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2bf9f89c680adab091e8fe483fcb5316)
 
Place of Performance
Address: Dugway Proving Ground, Michael Army Airfield, Dugway, Utah, 84022-5000, United States
Zip Code: 84022-5000
 
Record
SN04977679-W 20180705/180703230702-2bf9f89c680adab091e8fe483fcb5316 (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.