Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2020 SAM #6908
SOURCES SOUGHT

L -- MTUAS MQ-27 series and ScanEagle Block E UAS systems.

Notice Date
10/26/2020 5:44:17 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N0042120R0175
 
Response Due
11/9/2020 10:00:00 AM
 
Archive Date
11/24/2020
 
Point of Contact
Thomas Conrow, Phone: 3013422186, Joseph W. Perry, Phone: 3017579720
 
E-Mail Address
thomas.conrow@navy.mil, joseph.w.perry@navy.mil
(thomas.conrow@navy.mil, joseph.w.perry@navy.mil)
 
Description
SOURCES SOUGHT NOTICE: Naval Air Warcraft Center Aircraft Division is seeking eligible contractors to furnish effort including labor, material, and facilities as may be required to support and manufacture the items as specified within this document. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Government intends to solicit for the procurement of: �Support for the MTUAS Government Program Manager Engineering and test efforts on the MTUAS MQ-27 series and ScanEagle Block E UAS systems. The MTUAS program achieved ATO for MQ-27 27 JAN 2020 and anticipates achieving F&DR and declaration of FOC in Q2 of FY21.� A recent MTUAS CDD revision has resulted in the need to seek a new air vehicle solution.� Current timeline anticipates the new solution identified Q4 FY21; IOC reached Q4 FY22; and FOC declared end of FY26.� Concurrent with this plan, the current air vehicle solution will sunset, once the new solution reaches FOC.� Until sunset, MTUAS must maintain innovational operational capability on the MQ-27 air vehicle. �The government does not possess (or cannot provide) the data necessary to perform the required continued support and development of performance improving modifications, inclusive of new technology and technological improvements, and operational and maintenance training on use of these technologies, repairs or manufacture of the item. The contractor must also review or analyze Government-designed aircraft components or payload integrations, meaning the contractor must not only possess technical data rights, but own mock or lab aircraft, maintain integration, installation and test facilities, and engage technical subject matter experts, knowledgeable of the platform technical data, including design, interfaces, hardware, software configurations, and integration.� Applicable platforms are Insitu Special Operations Forces (SOF) specific platforms or variants, originating from supporting the MTUAS platform, SOF-Peculiar (SOF-P) variants of RQ-21 and other SOF-P variants of Insitu systems.� Theaters of operation and enemy forces are constantly changing and maturing, and MTUAS cannot allow any disruption or termination of upgrading and modifying the current solution to meet new threats when identified.�� The Government seeks to maintain continuity with the current OEM as the most efficient, practiced, proficient and cost effective means of maintaining the system functionality, integrity, maturity and competency while responding to evolutionary, emerging, expanding and competitive adversarial threats. All responsible sources may identify their interest and provide capability statements in response to this notice. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after date of publication of this sources sought notice will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Source Approval is required. NAWCAD will not delay award while Source Approval is pending. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/61ca24fd7c2941a6ac106fd6c9e67710/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05838304-F 20201028/201026230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.