SOLICITATION NOTICE
15 -- STUAS/Tier II UAS
- Notice Date
- 6/12/2008
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- DraftN0001908R0057
- Point of Contact
- Arthur R Amses,, Phone: 732-323-2475, Michael Mcloughlin,
- E-Mail Address
-
arthur.amses@navy.mil, Michael.Mcloughlin@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, MD 20670, UNITED STATES Description The Naval Air Systems Command (NAVAIR) is seeking comments on a draft Request for Proposal (RFP) for the Small Tactical Unmanned Aircraft System/Tier II Unmanned Aircraft System (STUAS/Tier II UAS) System Development and Demonstration (SDD) Phase. Offerors desiring to propose as prime contractors must hold a United States Government Secret facility clearance. This draft RFP is comprised primarily of a draft System Specification (SS) and draft Statement of Work (SOW) and is being issued to provide potential offerors and other stakeholders the opportunity to provide the STUAS/Tier II UAS program with comments and clarifying questions prior to the release of the final RFP. A pre-solicitation conference (commonly referred to as “Industry Day”) will be conducted to afford offerors an opportunity to ask clarifying questions on the draft RFP material prior to conclusion of the comment period. The Program Executive Officer for Unmanned Aviation and Strike Weapons (PEO(U&W)), Navy and Marine Corps Small Tactical Unmanned Air Systems (PMA-263) is the acquisition Program Manager for this potential effort. Instructions are included in this notice on how to request the draft System Specification, where to obtain the draft Statement of Work and related materials, how to submit comments, clarifying questions, and responses and how to register for the STUAS/Tier II UAS Industry Day. Additional information may be posted at the PMA-263 website at: http://www.navair.navy.mil/pma263/. Draft System Specification (SS) The draft SS is available upon request via CD-ROM to United States Government Agencies and their Contractors and may be requested in conjunction with Industry Day registration (see attached form). Requests for the draft SS must be received by 5:00PM EST on Monday, June 30, 2008. The STUAS/Tier II UAS program office reserves the right to disregard requests received after this date. To request the SS, send your company name, company physical mailing address, CAGE code, and point of contact information (your name, phone number, and email address) to: Mr. Thomas Donahue at Thomas.donahue@navy.mil or fax to his attention at 301-757-5840. Please cc: Ms. Tara Currie at Tara.currie.ctr@navy.mil when emailing. An email confirmation will be sent upon receipt and a CD-ROM will be mailed overnight upon verification of requestor’s information. A description of the STUAS/Tier II Mission Training Device (SMTD) will also be included on the SS CD-ROM. Draft Statement of Work (SOW) The draft SOW and related materials are available to interested parties on the AIR-2.0 website at: http://www.navair.navy.mil/doing_business/open_solicitations. Responses to questions and other information about the draft RFP will also be posted to this site. Industry Day The STUAS/Tier II UAS program will conduct an Industry Day on Tuesday, June 24, 2008 at the J.T. Daugherty Conference Center, 22211 Three Notch Road, Lexington Park MD 20653 from 8:30AM to 11:30AM EST. The purpose of the event is to provide a status update of the STUAS/Tier II UAS program, inform industry of program requirements, competition timeline, Technology Readiness Assessment requirements, and to provide a Question & Answer/networking opportunity. Registration will be conducted in advance; doors will open at 7:00AM EST. Registration is open to United States Government Agencies and their Contractors only. This is a no-fee event and seating is limited. Use the attached Registration Form to request up to three attendees per CAGE code. Send the Registration Form by 5:00PM EST Wednesday, June 18, 2008, to: Mr. Thomas Donahue at Thomas.donahue@navy.mil or fax to his attention at 301-757-5840. Please cc: Ms. Tara Currie at Tara.currie.ctr@navy.mil when emailing. An email confirmation will be sent upon receipt. Attendee substitution requests may be submitted to the same points of contact by 5:00PM EST Friday, June 20, 2008. An email confirmation will be sent upon receipt. Late registration and “walk-in” requests will not be permitted. Attendees must present a CURRENT photo ID (driver’s license, military ID, company ID, or passport) matching the attendee information submitted via the Registration Form to gain entry into the event. Attendees are encouraged to arrive early to permit sufficient time for check-in. This is an UNCLASSIFIED event; no clearances are required. Information presented at the event will be made available to offerors unable to attend via the same process used for SS requests. Post-event information requests must be submitted by 5:00PM EST Friday, June 30, 2008. The Government will not be conducting one-on-one discussions during this event. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. Directions to the J.T. Daugherty Center can be accessed from their website at: http://www.jtdsmcc.com/contact.html Comments, Clarifying Questions, and Responses Unclassified comments and clarifying questions on the draft RFP materials as well as responses to the draft RFP are requested by 5:00PM EST Thursday, July 3, 2008. Submit to: Naval Air Systems Command Attn: Mr. Michael McLoughlin 47123 Buse Road, Bldg 2272, Room 256 Patuxent River MD 20670-1547 The Government reserves the right to answer or not answer any questions received before, during, or after the Industry Day event. Non-proprietary questions and answers may be provided to all potential offerors at the Government’s discretion. Companies responding to this draft RFP should indicate whether they are a large or small business, small disadvantaged business, woman-owned business, HUBZONE small business and/or service disabled veteran-owned small business. Please inform us if your company intends to perform the work as the prime contractor or if you desire to subcontract with a prime contractor. Ensure your response contains your company's name, street address, point of contact with phone number and email address, company web page URL. Limit your responses to 25 slides and 50 double-spaced printed pages, and provide one hardcopy and one CD-ROM in Microsoft Office 2003 or earlier format. If including proprietary information in the response, (1) ensure proprietary information is marked appropriately, (2) identify disposition instructions, and (3) indicate whether you require the Government to facilitate the execution of information exchange agreements with any contractors providing advisory and assistance services to the Government who may have access to this proprietary information. Responses will not be returned. All responses must be unclassified. E-mailed submissions will not be accepted by NAVAIR. The Government will not reimburse any preparation costs. At any time after receipt of draft RFP responses, the Government reserves the right to contact respondents for further discussion and/or clarification of the submittal. A Potential Bidder’s List will be compiled from SS requests and Industry Day registrations and will be emailed to the requestors after 24 June 2008. After consideration of any comments received, PMA-263 will issue a final RFP no earlier than September 2008. Industry will be given 60 days to respond. Contract award is anticipated in the 2-3QFY09 timeframe. Contract Type: The anticipated contract type is Cost Plus Incentive Fee (CPIF). However, consideration will be given to the scope, predictability, variability, and risk associated with the work to be performed. Contract incentives will be targeted to motivate specific contractor performance, which supports short- and long-term Warfighter objectives. Industry is reminded that the Navy discourages exclusive teaming arrangements that inhibit competition (NAVAIR 5252.215-9505 Exclusive Teaming Arrangements that Inhibit Competition (NAVAIR) (Oct 2005) can be found at this website http://www.navair.navy.mil/doing_business/open_solicitations/clauses.cfm). Additionally, the contract will require and incentivize the contractor to actively look for opportunities to engage small, small disadvantaged, women-owned, veteran-owned, and HUB zone businesses, along with Historically Black Colleges and Universities in performing work under the contract. Please direct all media inquiries to Mr. Chuck Wagner, 301-757-7417, email chuck.wagner1@navy.mil Contractual questions or comments may be addressed to Mr. Arthur Amses, email Arthur.amses@navy.mil. Technical questions or comments may be addressed to Ms. Stephanie Murphy at Stephanie.murphy@navy.mil. Primary Point of Contact Arthur Amses, Contracting Specialist, Email arthur.amses@navy.mil Secondary Point of Contact Michael McLoughlin, Procuring Contract Officer, Phone 301-757-5898, Fax 301-757-5955, Email michael.mcloughlin@navy.mil Place of Performance: Address: TBD Postal Code: 00000 Country: UNITED STATES
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3ea2c825bfde1653801012b7670647c5&tab=core&_cview=1)
- Record
- SN01592387-W 20080614/080612220438-e1d138313f85b98f9767b4afc93cf963 (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 |