Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2005 FBO #1451
SOLICITATION NOTICE

W -- LEASE OF SUAV EQUIPMENT AND PERSONNEL

Notice Date
11/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297406T2000
 
Response Due
11/18/2005
 
Archive Date
12/18/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through FAC 2005-05 and DAC 91-13. Solicitation number M62974-06-T-2000 is issued as a Request for Quotation (RFQ). Where FAR clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. This is an unrestricted solicitation. Clin 0001: Provide professional, administrative, and technical services in support to Marine Aviation Weapons and Tactics Squadron One Surrogate Unmanned Vehicle initiative. Specific work shall include the following: Aviation Environment and Hardware consisting of: Aircraft with performance characteristics equivalent to UAVs identified specifically as: Service ceiling of at least 14,000 feet MSL, capable of operating in all instrument conditions, day and night (except in known icing conditions). Mission profile must deliver three hours of total airborne time and at least 110 knots dash speed. The aircraft must have appropriate markings as an experimental aircraft, if applicable. Sensors: Optical sensors must be a fully! articulated camera system to include day color video and infrared, ca rried simultaneously. The purpose of the sensor is to emulate current UAVs including the latest USAF Predator UAV and Army NAT 750. The minimum specifications of the sensor are: 1) FLIR: Large (640x480) and small (320x240) format, 3rd generation focal plane camera. Large FLIR optics aperture (150mm), 307,200 pixels minimum. 2) DAY TV Camera: 3-CCD color camera with 800 lines resolution. Enhanced near infrared response for haze penetration. Large aperture day camera optic (88 mm) with spotter scope. 3) Spotter scope: The sensor must contain a color camera with .29degree to .39degree Field of View (FOV), with at least 955 mm telescopic capability. 4) Stabilization and Steering: Less than 10 micro radian jitter on all sensors. The system must cue to latitude/longitude/altitude and also hold lat/long/alt after manual search. The system must then automatically estimate target lat/long/alt. 4) Predator like video overlay. The sensor product must include a Predator-like overlay that includes as a minimum SUAV latitude, longitude and altitude, SUAV speed and heading, SUAV sensor azimuth and elevation look angles, Sensor Point of Interest latitude, longitude, altitude and slant range, Local time and date display. The contractor must have the ability to modify the tactical overlay at the request of the client to emulate other tactical systems (UAVs and Tactical Aircraft sensors). 5) MIL-STD-461, RTCA/DO-160 and MIL-STD-810 compliant. Data Link System: Data link(s) shall be capable of sensor product delivery (full streaming video with overlay) to a full ground video receive site or to a Rover III. Rover III Compatibility. The SUAV shall be able to transit to Rover III remote video terminals (also known as the L-3COM Multi-band Manpack Receiver). Flight Environment includes operation in instrument conditions, day and night (except in known icing conditions), operation in all general aviation airspace plus Military Operating Areas (MOAs) and Restricted Areas. Base operations will be from both civilian and military airfields. A current Department of Defense Civilian Landing Permit is required to perform this work (DD Form 2401) and must be obtained prior to commencement of work. The surrogate UAV ?system? shall be manned with personnel qualified to integrate into the airspace, operate all systems, and provide video products to a client inject location. The contractor shall act as the overall technical lead for equipment compatibility studies, design, fabrication, mounting and integration of equipment onto air vehicle (and Ground Receive Station / RVTs, as required), software development, ground and flight test, and demonstration support. Contractor shall be allowed to lease appropriately modified equipment, if required, from vendors to accomplish the task. The period of performance shall be 07 DEC 2005 through 10 DEC 2005. A majority of the airborne video support shall be in the Yuma, AZ, operating area. However, MAWTS-ONE may task the SUAV to support exercises in other areas, such as Twenty Nine Palms. Technical studies, test, management, curriculum support and system integration can occur at a site selected by the contractor. The technical work can be accomplished at the Unclassified level. However, planning and participation in DoD exercises requires a SECRET clearance. Status of clearance must be confirmed by MAWTS-1 S-2. Names and social security numbers of personnel must be submitted at least five working days prior to the start of work. Contractor travel toYuma for pre-exercise planning meetings (ex. Freeze Week) shall be in accordance with the Government?s Joint Travel Regulation (JTR) or Federal Travel Regulation (FTR). The contractor shall be responsible for employing technically qualified personnel to perform the work specified in t his statement of work. The contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. Personnel assigned to, or utilized by, the contractor in performance of work shall be fully capable of performing the contemplated functions of the respective job categories in an efficient, reliable, and professional manner. Minimum positions and qualifications required for this requirement are: 1) SUAV Pilot. A Commercial Pilot?s license with Instrument rating and over 1000 hours of fight time is required. The pilot must be familiar with all mission systems in the aircraft, including additional communication systems, sensors, designators and data links. 2) SUAV Mission Commander. Simulates the UAV mission commander in a UAV Ground Control Station (GCS). Position requires at least ten years of military aviation experience as pilot or mission flight officer with warfare specialty. As the SUAV will be integrated with Strike Fighter aircraft, which typically will be delivering live ordnance and the SUAV may be providing laser pointer services, it is highly desired that the MC have significant experience as a Strike Fighter aircrew. A minimum of a SECRET security clearance is required for access to classified materials and workspaces. 3) SUAV Sensor Operator: The sensor operator must have the following qualifications and experience: Operating remote airborne cameras with daylight, FLIR and laser sensors for two to five years, to include multitasking with cameras, microwave downlink, communications and Video Tape Recorders. The operator must be able to perform 1st level troubleshooting on the camera and microwave systems and interpret video images for best use of sensor for the atmospheric conditions. 4) SUAV Project manager / Safety Observer / Pri ncipal Analyst and training consultant: Participates as Joint Air Component Commander UAV Liaison Officer and safety observer. Attends, supports and, if required, facilitates test and exercise planning meetings or working groups. The consultant must have the following or equivalent experience: at least 15 years of military aviation experience as pilot or mission flight officer with warfare specialty, at least two years as an instructor for military post graduate level tactical school houses, plus aviation squadron command. At least seven years experience as a Principal Analyst for Tactics Development and Evaluation projects. These tasks shall encompass activities such as providing test plans, data collection, and test conduct support. A minimum of a SECRET security clearance is required for access to classified materials and workspaces. 5) Ground Data Link Technician (if a ground receive site other than a Rover III is used): Must be experienced in live sensor product and data link management, to include: connectivity design, site survey, system installation, trouble shooting and payload control. A minimum of a SECRET security clearance is required for access to classified materials and workspaces. Quotes are solicited FOB Destination MCAS Yuma AZ. Inspection and acceptance will be at destination. All vendors submitting a quote are notified that you must be active in the Central Contractor Registration database Online Representations and Certifications Application database to be considered for award. The websites for registration are www.ccr.gov and http://orca.bpn.gov respectively. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include (b) (14), (15), (16), (17), (18), (19), (20), (31); DFARS! 252.212-7001, Contract Terms and Conditions Required to Implement Sta tutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, to include DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, and DFARS 252.232-7003 Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this contract/order will be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Defense Priorities and Allocations System rating for this acquisition is DO-C9E. The Government will award a firm fixed price contract resulting from this Request for Quotation. Evaluation based on lowest price, technically acceptable and past performance. All responsible business sources may submit a quote, which shall be considered by the agency. Only written quotes are acceptable and must be received and identified by RFQ M62974-06-T- 2000 by 12:00 PM (MT) on 18 Nov 2005. Parties wishing to respond to this solicitation will provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendors point of contact for two DOD past performance for same or similar services, and work histories of SUAV personnel. Clauses may be obtained at web site http://www.arnet.gov/far. Quotes may be mailed via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Reta Hicks. FEDEX quotes and samples may be sent to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Reta Hicks
 
Record
SN00931775-W 20051116/051114212114 (fbodaily.com)
 
Source
FedBizOpps.gov 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.