Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
SOLICITATION NOTICE

15 -- Unmanned Aircraft System (UAS) Parts and Services IDIQ

Notice Date
8/14/2012
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-12-R-0039
 
Response Due
8/29/2012
 
Archive Date
10/28/2012
 
Point of Contact
Brenda Martin, 904-232-3820
 
E-Mail Address
USACE District, Jacksonville
(brenda.l.martin@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT TO SOLE SOURCE, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The US Army Corps of Engineers, Jacksonville District, intends to negotiate and award a 5 year fixed price Indefinite Quantity, Indefinite Delivery (IDIQ) contract on a noncompetitive basis in accordance with FAR 6.302-1(a)(2)(ii), "Only one responsible source and no other supplies or services will satisfy agency requirements" to Altavian, Inc., 3975 NW 23rd Circle, Gainesville, FL 32605-2682. The objective of this 5 year IDIQ supply and repairs contract is to procure replacement parts and perform maintenance for Unmanned Aircraft Systems (UAS) featuring the NOVA and repair or support services for the NOVA aircraft, replacement parts (i.e. wings). The NOVA aircraft is a custom built, hand launched, Unmanned Air Vehicle (UAV) that operates autonomously to acquire remote sensing data. The specific model of UAV is the only USACE aircraft approved for operations by USACE under current Air Worthiness Review (AWR) received by the U.S. Army and active a Certificate of Authorization granted by the Federal Aviation Administration (FAA). To maintain compliance with existing Memorandum of Agreement (MOA), Air Worthiness Review (AWR) and Certificate of Authorization; this contract is required to continue USACE operations within the national airspace. Services can only be provided from the original source as this is a follow-on requirement for the continued provision of highly specialized supplies and services. Award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through open competition. The desired supply is integral in fulfilling missions associated with the Unmanned Aircraft System (UAS) program. These missions are performed in support of Comprehensive Everglades Restoration Program (CERP), Levee Monitoring, and Invasive Species programs. When the current contract with Altavian, Inc. ends, the USACE SAJ UAS team will require supplies and services to continue USACE SAJ UAS operations. The purpose of this contract is to purchase supplemental and maintenance items. This contract will also provide support for the program in the event that key team members cannot attend a flight mission due to assignment to other projects. If the desired item, the NOVA, is not obtained by this contract, there will be significant time and cost impacts, and the timeframe of one or more years to replace the FAA and Department of Army approvals that have been issued specifically for the NOVA aircraft. Additionally, The NOVA is currently fulfilling USACE monitoring permits required for compliance with a number of federal agencies on construction projects. The primary justification for continuing to use the Unmanned Aircraft System, NOVA, is because this is the only aircraft system that USACE SAJ is permitted to use based on FAA approvals. Several tiers of co-dependent approvals were obtained from the Federal Aviation Administration (FAA), the Army Airworthiness Directorate, and the Army Representative to the FAA (DAR). These approvals implicitly state the make and model of the aircraft system that is permitted for use and were obtained over the course of 3 years. Use of different makes and models, or even similar type aircrafts, would be in direct violation of the approvals and certifications. If USACE were to re-initiate the process for a different aircraft system, in total it would cost the USACE a significant amount of funds and one year or more to apply for new approvals. Furthermore, there is no guarantee the approvals would be issued. This Notice of Intent is not a request for proposals. Information received from interested parties will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses may be submitted by e-mail to Brenda L. Martin, (904) 232-3820, E-mail: brenda.l.martin@usace.army.mil by Tuesday, 29 Aug 12 by 2:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-12-R-0039/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02839349-W 20120816/120815001211-dfe4c9d0130c0ebac1d1af720be54acf (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.