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

15 -- MQ-9 Aircraft Systems and Subsystems

Notice Date
7/3/2018
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
MQ9SSFA86202018
 
Archive Date
8/18/2018
 
Point of Contact
Daniel J. Staloch, Phone: 9379048302
 
E-Mail Address
daniel.staloch@us.af.mil
(daniel.staloch@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. No solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government (Government) to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. The purpose is to identify capable sources which can provide (without Government funded modification to existing form, fit, and function (F3)) continued production, design, development, modernization, retrofit, integration, and sustainment of the MQ-9 Unmanned Aircraft System (UAS). The MQ-9 UAS is composed of the MQ-9 Air Vehicle, the Ground Control System (Blocks 15, 30, and 50), the Ground Data Terminal (GDT), and the SATCOM Earth Terminal SubSystem (SETSS) and physical and electronic interfaces to the Squadron Operations Center (SOC). The United States Air Force (USAF), through the Air Force Life Cycle Management Center (AFLCMC), has contracted with General Atomics Aeronautical Systems Inc. (GA-ASI) to provide additional production, design, development, modernization, retrofit, integration, and sustainment of the MQ-9 UAS. The USAF is planning multiple contract awards for the continued production, design, development, modernization, retrofit, integration, and sustainment. The USAF, through AFLCMC, has contracted with Raytheon for the production, design, development, modernization, retrofit, integration, and sustainment of Multi-spectral Targeting Systems (MTS), the primary Electro-Optical/Infrared Sensor for the platform; L-3 Communications for the production, design, development, modernization, retrofit, integration, and sustainment of several primary command and control elements, including the Satellite Communication Terminals; and Honeywell International Aerospace for logistics support analysis. If a contractor believes they can provide these efforts with no degradation to the MQ-9 UAS weapon system level performance, then they should respond to this SSS. During the 5 year period beginning in FY19, the USAF expects to procure an estimated 100 MQ-9 Unmanned Air Vehicles (UAV). The USAF expects to procure additional production of supporting hardware (e.g. ground control stations (GCS)), design, development, modernization, retrofit, integration, and sustainment. All efforts must ensure compatibility with the existing total MQ-9 UAS from preceding development, production, retrofit, and fielding. The contractor will be responsible for obtaining access to all necessary technical data and expertise needed to develop, produce, integrate, and install all system hardware meeting software, technical, functional, interface, power, cooling, reliability, qualification, and acceptance requirements. Interested sources must provide specific details on how required technical data and expertise will be obtained. The USAF, through AFLCMC, is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract. Qualified sources must have an in-depth knowledge of the MQ-9 UAS and have the existing capability to perform all of the stated requirements commencing in FY19. Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet all stated requirements. The package shall also include the following information and address the questions below: Company/Institute Name: Address: Point of Contact (to include phone number and email address): CAGE Code: Web Page URL: Size of business pursuant to NAICS Code 336411 Aircraft Manufacturing: Aircraft Conversions (i.e., major modifications to systems), size standard 1,500 employees. Based on the this NAICS Code, state whether your company is: Small Business(Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business(Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women- Owned Small Business (Yes / No) Self-Certified or Third Party Certified HUBZone Certified(Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business(Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified(Yes / No) Self-Certified or Third Party Certified SBA Certification Date: ____________ SBA Graduation Date: ______________ All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? Does your firm have knowledge of the MQ-9 UAS including the various fielded configurations of ground control stations, aircraft, radar, MTS, operational flight program (OFP), all other system software, and communications equipment? If so, then please include past performance ratings/evaluations such as Contract Performance Assessment Ratings, Award Fee Determinations, or similar contract incentives to verify this assertion. Does your firm have past experience with the MQ-9 UAS or similar programs? Does your firm have qualified personnel and facilities available to support onsite and overseas maintenance/sustainment and logistics support activities for the MQ-9 UAS, to include supply of all spares? Can your firm manufacture and deliver the MQ-9 UAV to current design and specification requirement at rates of up to 4 aircraft per month with the capability to surge to 6 aircraft per month for short periods with all needed spares and support equipment beginning in FY19? Can your firm support the ongoing sustainment of the fielded configurations of the MQ-9 UAS and the continuing integration of new sensors, weapons, and capabilities into the MQ-9 UAS? This includes both hardware modifications of the fielded design, update of existing system software, and retrofit of new capabilities into the fielded systems. Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. All submissions are requested to be made electronically by 4 pm EST on 3 Aug 2018 and sent to the MQ-9 Program Office, Attn: Daniel Staloch, email: AFLCMC.WII.MAUASContracting@us.af.mil. Marketing materials are considered insufficient and direct/succinct responses to the request above are preferred. Please limit responses to 10 pages. The font shall be Times New Roman and no smaller than 10-point with at least a one-inch margin. The Government reserves the right to contact the submitting parties as required for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment. There is no restriction on who can respond to this SSS. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate proprietary information to the maximum extent possible. All submissions become Government property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Contracting Office Address: AFLCMC/WIIK Medium Altitude Unmanned Aircraft Systems Area B, Bldg 560 2530 Loop Rd West Wright-Patterson AFB, Ohio 45433 Primary Point of Contact Daniel Staloch Contracting Officer AFLCMC.WII.MAUASContracting@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/MQ9SSFA86202018/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04978488-W 20180705/180703231000-9e3497ea6655cdc2544c047c5a930e87 (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.