Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
SOURCES SOUGHT

J -- MQ-9 Fleet Replacement Squadron Instructor (FRSI) Services (VMUT-2)

Notice Date
3/21/2024 11:57:33 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-WPM266-0130
 
Response Due
4/5/2024 12:00:00 PM
 
Archive Date
04/20/2024
 
Point of Contact
Nicholas Gilbert, Kristina Johnson
 
E-Mail Address
nicholas.a.gilbert6.civ@us.navy.mil, kristina.m.johnson79.civ@us.navy.mil
(nicholas.a.gilbert6.civ@us.navy.mil, kristina.m.johnson79.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Government plans to utilize the KRACEn Multiple Award Contract (MAC) to procure initial pilot and sensor operator qualification and to push those basically qualified crews to USMC operational MQ-9 squadrons for follow on tactical training. The purpose of this non-personal services task order is to provide three (3) MQ-9 Pilot flight instructors and three (3) MQ-9 Sensor Operator flight instructors to augment the small amount of USMC instructors to facilitate student throughput at MCAS Cherry Point. Duties will include live flight instruction, simulator instruction, ground academic instruction and Aviation Training Form (ATF), and academic record keeping. Duties will be performed at Marine Unmanned Aerial Vehicle Training Squadron 2 (VMUT-2) located at Marine Corps Air Station (MCAS) Cherry Point, North Carolina where the Marine Corps MQ-9 Reaper Fleet Replacement Squadron (FRS), resides, whose primary mission is to train USMC UAS Pilots and UAS Sensor Operators. Anticipated Period of Performance (PoP):� The anticipated period of performance includes one base period of 12 months with two one-year option periods for a total potential performance period of three (3) years.��� Current Contract/Incumbent Information:� This will be an initial effort. This service is currently not being provided at VMUT-2 therefore no incumbent.� Capability Statement Requested:� A capability statement package no more than ten (10) single-sided 8.5 X 11-inch pages, font no smaller than 10 point, should demonstrate the ability to provide the requirement as listed above. All responses shall include�� Company Name, Company Address, Company Business Size as it relates to NAICS 336411, Cage Code, and Points-of-Contact (POCs) including name, phone number, and email address.�� Within your capability statement package, please include your responses to the following information:� Ground and Flight Operations. State any experience with supporting Unmanned Aircraft Systems (UAS) ground and flight operations, to include Launch and Recovery Element (LRE) and Mission Control Element (MCE) operations. State familiarity with Flight Operations procedures / Ground Operations Procedures (FOP/GOP) IAW DCMA Instruction 8210.1D.� Aircrew Training. State any experience with training basic UAS aircrew, including a list of the type/model aircraft and Programs of Instruction (POI�s) taught.� Pilot Qualifications. State any experience with the USAF MQ-9 Initial Qualification Training (IQT) or industry equivalent MQ-9 qualification course (i.e. General Atomics-ASI, L3-Harris, Albers, etc.) and include number of live flight hours in MQ-9.� Sensor Operator Qualifications. State any experience with the USAF MQ-9 Initial Qualification Training (IQT) or industry equivalent MQ-9 qualification course (i.e. General Atomics-ASI, L3-Harris, Albers, etc.) and include number of live flight hours in MQ-9.� Classified material SHALL NOT be submitted. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government.� Any resulting contract is anticipated to have a security classification level of Secret at time of contract award for personnel and facilities clearances.� Your response to this Sources Sought, including any capabilities statement, must be electronically submitted in either Microsoft Word or searchable Portable Document Format (PDF) via email to Contract Specialist, Nicholas Gilbert at nicholas.a.gilbert6.civ@us.navy.mil or Kristina Johnson at kristina.m.johnson79.civ@us.navy.mil. **************************************************************************************� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/91b18612a6ce46fe8da7f16e42c36ba7/view)
 
Place of Performance
Address: Cherry Point, NC, USA
Country: USA
 
Record
SN07005679-F 20240323/240321230050 (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.