Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
MODIFICATION

15 -- Group 5 MQ-9 Reaper Air Vehicle Procurement for the United States Marine Corps

Notice Date
9/3/2019
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-19-RFPREQ-PMA-266-0069
 
Archive Date
10/3/2019
 
Point of Contact
Tyler M Summers, Phone: 301-342-2519, Dana C Veitch, Phone: 301-757-5301
 
E-Mail Address
tyler.m.summers@navy.mil, dana.veitch-schropp@navy.mil
(tyler.m.summers@navy.mil, dana.veitch-schropp@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The presolicitation notice posted on 15 August 2019 for the Group 5 MQ-9 Reaper Air Vehicle Procurement for the United States Marine Corps is being amended to reflect a change in NAVAIR's procurement strategy. The below presolicitation notice posted on 03 September 2019 is as follows: Naval Air Systems Command (NAVAIR), NAS Patuxent River, MD, intends to negotiate and award to General Atomics Aeronautical Systems (GA-ASI), Poway, CA (Cage Code 0YJB5), a contract for the procurement of three (3) GA-ASI capital asset MQ-9 Block 5 Reaper air vehicles configured to support weaponization and one (1) Dual Control Mobile Ground Control Station (DCMGCS). Additional required equipment such as weapon kits and support equipment necessary for successful operation of the three (3) MQ-9 Reaper air vehicles and DCMGCS will also be procured under this contract. This contract is expected to be executed during FY20-FY21. GA-ASI is currently providing and operating two (2) MQ-9 Reaper air vehicles as well as the necessary support systems in the assigned Area of Operations (AO) in support of on-going Overseas Contingency Operations (OCO) via a Contractor-Owned / Contractor Operated (CO/CO) approach. However, the current CO/CO approach does not satisfy the Group 5 Persistent Strike requirement set forth in Universal Urgent Needs Statement (UUNS) #17221UC. In order to satisfy the requirement set forth in UUNS #17221UC, it is NAVAIR's intent to establish a Government-Owned / Government-Operated (GO/GO) approach by procuring the two (2) MQ-9 Reapers and necessary support systems currently operating in the assigned AO, and one (1) additional MQ-9 Reaper GA-ASI has available for procurement. This action is being awarded on a sole source basis to GA-ASI in accordance with the statutory authority permitting other than full and open competition under 10 U.S.C.2304(c)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements." Only a GA-ASI provided, and flight certified, MQ-9 UAS with its ground components can integrate seamlessly at the deployed location thus ensuring the following: a) certified interoperability with existing classified communications systems (both USAF and USMC ground force communication exchanges), b) spectrum compliance with other MQ-9 ongoing operations, c) compliance with Joint Production, Exploitation, and Dissemination (JPED) toolsets already being used with MQ-9 for multi-organization analysis, d) compliance with base infrastructure optimized for MQ-9 UAS operations, e) have three (3) capital assets available for immediate procurement, f) have existing DoD flight clearance in place for CONUS/OCONUS operations, and g) be able to meet the timeline needed to ensure there is no break in operations. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract modification based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. Responses shall be made in writing by E-mail, U.S. mail or facsimile to the attention of Mr. Tyler Summers or Ms. Dana Veitch using the contract information provided in this synopsis. Companies interested in subcontracting opportunities should contact General Atomics at GA-ASI-Small-Business@ga-asi.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-19-RFPREQ-PMA-266-0069/listing.html)
 
Place of Performance
Address: Southwestern U.S. and assigned Area of Operations, United States
 
Record
SN05427878-W 20190905/190903230836-576b9ba048e1bc7679d2135880b708b6 (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.