Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOURCES SOUGHT

U -- Remotely Piloted Aircraft Combat Operations Trainer (R-COT)

Notice Date
6/23/2010
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Combat Command, AMIC CONTRACTING OFFICE, 11817 CANON BLVD, LANGLEY AFB, Virginia, 23606-4516, United States
 
ZIP Code
23606-4516
 
Solicitation Number
FA4890-PKB-R-COT
 
Archive Date
7/22/2010
 
Point of Contact
Christin L. Lockhart, Phone: 7577649154
 
E-Mail Address
christin.lockhart@langley.af.mil
(christin.lockhart@langley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. HQ ACC AMIC/PKB is seeking possible sources to provide Remotely Piloted Aircraft Combat Operations Trainer (R-COT) with approximately 300 hours per month of manned general aviation aircraft, and ground and flight instruction, with the salient characteristics outlined below. ACC has a requirement for approximately 65 combat air patrols of MQ 1B Predators and MQ-9 Reapers by the end of FY13. The need to quickly build the large crew force of over 1600 pilots and over 1200 sensor operators necessary has led to the development of RPA-only pilot and ground-based sensor operator career fields. The exponential growth of unmanned full motion video (FMV) requirements in theater resulted in a need to train supported ground forces on this capability during pre-deployment exercises. However, the availability of RPA assets is non-existent due to the need to send all available RPA to theater, and a limited ability to operate in Federal Aviation Administration (FAA) controlled airspace. To overcome these limitations, we believe industry can provide a manned, general aviation platform with similar RPA performance characteristics and an FMV capability to provide low-cost airborne continuation and proficiency training of Air Force RPA aircrews, as well as exposure to RPA Tactics, Techniques, and Procedure (TTPs) to the joint community and ground forces. These aircraft, if available, will be used in local training missions and joint training exercises to enhance MQ-1B/MQ-9 pilot airmanship. This capability should be able to support approximately 5 sorties per day, Monday through Friday, during a 12 hour duty day. Along with occasional surge operations, such as supporting an exercise for more than a 12 hour duty day, or on the weekends, approximately 12 times per year. The contractor must provide operations management (to include scheduling, dispatch, etc.), logistics management, and is responsible for overall maintenance requirements, including maintenance of the sensor suite and onboard displays. The aircraft must be capable of carrying at least three crewmembers (to include the contractor's instructor pilot) plus an FMV electro-optical/infrared (EO/IR) sensor package with onboard displays, and the appropriate radio equipment to transmit the EO/IR image to ground forces equipped with standard DoD remote video terminals, such as ROVER and OSRVT. The sensor package should have capabilities and displays similar to the MQ-1B's Multi-spectral Targeting System (MTS-A), but does not need to be identical. FLIR TALON or WESCAM MX-10 or similar should suffice. The contractor must provide ground and flight instruction and pilots/instructor pilots to allow MQ-1B and MQ-9 pilots and sensor operators to perform hands on flight duties similar to MQ-1B or MQ-9 duties (reconnaissance, surveillance, target acquisition, following moving targets, air-to-surface weapons engagement run-in simulation, in-flight communications procedures, emergency procedures, etc. ) in local training and in joint exercises Aircraft will be stationed at North Las Vegas Airport (KNLV) for the base year. Other CONUS locations may be added in the follow on years. The anticipated period of performance will be twelve (12) month base period and four (4), twelve (12) month option periods. ACC is estimating a first flight date of 01 Apr 11. This service is categorized under NAICS code: 611512, Flight Training, $25.5M. Comments on this NAICS and suggestions for alternatives must include supporting rationale. A determination will be made once all responses are reviewed as to the type of Small Business set-aside concern if necessary. However, if the Government receives inadequate responses from Small Business concerns, the Government will use all information obtained from this sources sought request to determine what type, if any, set-aside to utilize. HQ ACC AMIC/PKB is seeking industry input on innovative ideas and/or identification of existing contract vehicles (DoD or Non-DoD vehicles) that could be used to meet the Government's time constraints. Request responding small businesses identify whether they have a GSA schedule that can support the services required in this sources sought synopsis and provide the number. Also, provide any necessary timeframes or start up required to meet the 1 Apr 11 start date, to include preparation of the aircraft and to obtain FAA certification. To assist us in maintaining a list of interested offerors for this potential procurement, please provide your company name, a point of contact, address, phone number, e-mail address and business size under the above NAICS code, and an outline of contractor capabilities to the following POC for this procurement: Ms. Christin Lockhart, ACC AMIC/PKB, (757)-764-9154, e-mail: christin.lockhart@langley.af.mil; no later than 07 Jul 10, 12:00 p.m. EST and not exceeding 20 pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-PKB-R-COT/listing.html)
 
Place of Performance
Address: Langley AFB, Hampton, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02185584-W 20100625/100623234714-d570d36f21b6c44db8daacdbb74e4340 (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.