SOURCES SOUGHT
15 -- RQ-7Bv2 Tactical Unmanned Aircraft System (TUAS) Contractor Logistics Support (CLS) Request for Information (RFI)
- Notice Date
- 2/8/2019
- Notice Type
- Synopsis
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- 5301 Martin Rd Sparkman Ctr Redstone Arsenal AL 35898-0001
- ZIP Code
- 35898-0001
- Solicitation Number
- W58RGZTUASCLS20-24
- Response Due
- 3/1/2019
- Point of Contact
- Leslie A Duncan, Contract Specialist, Phone 2563135563
- E-Mail Address
-
leslie.a.duncan6.civ@mail.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY: The U. S. Army Contracting Command – Redstone (ACC-RSA) on behalf of the U.S. Army Program Executive Office (PEO) Aviation for Unmanned Aircraft Systems (UAS) Project Manager Office (PMO) is issuing this request for information (RFI) as a means of conducting market research to identify parties having an interest in and the resources/capability to provide Contractor Logistics Support (CLS) and Sustainment Operations for the RQ-7Bv2 Tactical Unmanned Aircraft System (TUAS)(Shadow). The result of this market research will contribute to determination of an appropriate acquisition strategy for the Government. This RFI is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This RFI does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Funding is not available at this time. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. This notice does not constitute a commitment by the Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Respondents will not be notified of the results of the review of the information provided, but may be contacted for additional information for clarification. All submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. DESCRIPTION : Procurement of CLS and associated sustainment and operations Support, Supply Support, Field Service Representatives (FSRs)– arrison and Deployed, Engineering Services, Information Assurance, Integrated Product Support, Logistics Product Development, Technical Manuals, Repair of Repairables, and Replenishment Spares of the RQ-7Bv2 TUAS. The anticipated contract period of performance is for five (5) years (2020 through 2024). Specifically for additional: Universal Ground Control Stations (UGCS), Replacement War RQ-7Bv2 Air Vehicles, and RQ-7Bv2 Resets. In addition, this may include Block III Air Vehicle Kits which contain the parts to incorporate the UEL AR80-2000 engine, Air Vehicle Weatherization, Joint Tactical Radio System (JTRS), VoiceOver Internet Protocol (VOIP), and Universal Payload A-Kit into the RQ-7Bv2 Air Vehicle, Air Vehicle Modification Kit installations, and Forced Air Fan (FAF). Must be able to maintain interoperability with the UAS Ground Control Stations, OSRVTs, and Army Aviation Platforms. The Government does not own Technical Data Package (TDP) for this requirement. A level three (production) drawing set which supports RQ-7Bv2 TUAS components has been procured. Neither will it be provided in response to this posting. No Government Furnished Equipment or material will be supplied to an interested vendor to support replies to this RFI. The RQ-7Bv2 TUAS will not be available to support a response to this RFI. Interested parties having the potential capacity to provide these requirements are requested to submit a statement of capability. The statement of capability shall include: A. Interested Vendor information including: (1) Company name and mailing address.(2) Point of Contact (POC) name, email address, web-site address, telephone number.(3) Business size and type of ownership. Please provide Data Universal Numbering System (DUNS) Number and Commercial and Government Entity (CAGE) Code. (4)Identify status in the Federal Government System for Award Management (SAM). (5) If significant subcontracting or teaming is anticipated in order to deliver capability. Delineate between work accomplished by prime, subcontractors, and work accomplished by teaming partners. B. Tailored capability statements addressing the particulars necessary to support the effort described above. Specifically, a description of the relevant experience in providing CLS expertise and producing hardware as identified above. C. Relevant, recent contract experience/capabilities to provide requirements described above. D. Provide any other pertinent information that will assist the Government in this assessment. SUBMISSION INSTRUCTIONS : Interested parties who consider themselves qualified to perform the above requirement are invited to submit a response to this RFI. Responses shall be received no later than 3:00 P.M.(1500 hours) Central Time, Friday, 1 March 2019. Only electronic responses shall be accepted and shall be submitted as an email attachment in MS Word or Adobe PDF format to the Contracting POCs listed below. Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 10 pages in length and may include technical specifications and product sheets as deemed necessary. All responses will be considered. Extraneous materials (brochures, manuals, etc.) will not be considered. The submitted information shall be UNCLASSIFIED. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. Additionally, responses may include data that interested vendors do not want disclosed to the public for any purpose, or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: “Use and Disclosure of Data: This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this response. This restriction does not limit the Government’s right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets [insert numbers or other identification of sheets].” Your company may also mark each sheet of data it wishes to restrict with the following legend: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this response.” All questions and comments concerning this RFI should be e-mailed to the Contracting POCs listed below. All must be in writing as no telephone calls will be accepted. Questions will be published with the appropriate answers at the same web location of this RFI. Questions shall be submitted no later than 3:00 P.M. (1500 hours) Central Time, Thursday, 14 February 2019. Contracting POCs : Contracting Specialist: Leslie Duncan, email: leslie.a.duncan6@mail.mil and Contracting Officer: Gregory Wilson, email: gregory.a.wilson12.civ@mail.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/3f624d498bbeb3b5ab58081fb06aa794)
- Place of Performance
- Address: Department of the Army, Army Contracting Command, ACC-RSA (W58RGZ), CCAU, 5303 Martin Rd, Sparkman Center Redstone Arsenal, AL
- Zip Code: 35898
- Country: US
- Zip Code: 35898
- Record
- SN05216732-F 20190210/190208230010 (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 |