Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2015 FBO #4836
SOLICITATION NOTICE

L -- Mid-Endurance Unmanned Aircraft Systems (MEUAS III) - Attachment VI-Not CLIN ST - Attachment V - Total Evaluated Price - Draft RFP - Exhibit A - CDRLS - Attachment I - MEUAS III Capabilities Demonstration Plan - Attachment 1 PWS - Attachment 3 - DD254 & Addendum - Attachment 4 - CENTCOM Clauses - Attachment 2 MEUAS III Glossary

Notice Date
2/18/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-15-R-0001-DRAFT
 
Point of Contact
Christine E Johnson, Phone: 813-826-6038, Jennifer A. Metty, Phone: 813-826-7975
 
E-Mail Address
johnsc1@socom.mil, jennifer.metty@socom.mil
(johnsc1@socom.mil, jennifer.metty@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS IS TO PROVIDE A DRAFT REQUEST FOR PROPOSAL (RFP) FOR PLANNING PURPOSES AND FEEDBACK ONLY, NO PROPOSAL(s) WILL BE ACCEPTED. Not all Exhibit(s) and Attachments stated in Section J of the RFP are included with this draft. The list of documents for download with the Draft RFP is provided at the end of this document as "Exhibit(s) and Attachments Checklist." In accordance with (IAW) FAR 5.201, the U.S. Special Operations Command (USSOCOM) hereby notifies industry that Program Executive Office (PEO)-Fixed Wing intends to conduct a full and open competition IAW the requirements stated in FAR Part 15, for a best value procurement of world-wide Mid-Endurance Unmanned Aircraft System(s) III (MEUAS III) Intelligence, Surveillance, and Reconnaissance (ISR) Services. USSOCOM anticipates the award of one or two Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contracts. The contract(s) will include a 54-month Period of Performance (POP), with four 12-month ordering periods followed by one 6-month ordering period. At time of contract award a task order(s) will be issued for each contract awarded. MEUAS III is a follow-on contract(s) for UAS ISR services supporting Special Operations Forces (SOF) personnel and missions world-wide. This requirement is currently being performed by Insitu, Inc. (a wholly-owned subsidiary of The Boeing Company) under contract H92222-13-D-0005 and by AAI Corp. d/b/a Textron Systems Unmanned Systems under contract H92222-12-D-0008. The new requirement is being solicited under NAICS 541330 with a Small Business Size Standard of $15.0 Million. Posting of the formal RFP on FedBizOpps is anticipated by 13 March 2015 with a projected award date of 15 November 2015. The contract will require contractor personnel to possess a minimum of a Secret clearance with select personnel required to possess a Top Secret clearance to provide 24-hours per day/seven days per week (24/7) ISR services support. The contractor(s) must also have a Top Secret Facility Clearance at time of award as accredited by the Defense Security Service. The Unmanned Aircraft System(s) (UAS) ISR services Performance Work Statement (PWS) requires the contractor to conduct all planning, coordination, certification, installation, pre-deployment, deployment, logistics, maintenance, flying, and post-deployment efforts necessary to successfully conduct world-wide missions. Tasks orders will be issued based on mission-defined locations (currently six operational sites) that will consist of 300 to 1200 hours per month of near real-time feed of ISR data availability from customer processing systems. Contractors shall provide these services using non-developmental contractor-owned, contractor-operated unmanned aircraft systems. This solicitation covers two requirements encompassing the services for a Line of Sight (LoS) UAS for 300-900 hours per site and a Beyond Line of Sight (BLoS) UAS for 500-1200 hours per site. Both requirements must be capable of fulfilling a simultaneous Imagery Intelligence (IMINT) and Electronic Warfare (EW) mission. Offerors may propose for LoS, BLoS, or both LoS and BLoS UAS; however, offerors will be limited to a single proposal for each platform offered as described in Section L.1.2. It is mandatory that the offeror be capable of supporting multiple, simultaneous task orders within one ordering period. Following contract award, the contractor shall deploy personnel and equipment to commence site operations (currently six sites) within 120days after issuance of the first task order and within 90days on task orders issued thereafter. FEEDBACK REQUESTED. Interested parties with questions or comments regarding the MEUAS III acquisition must submit them as stated in the next paragraph "Submission of Questions and Comments." The Government is also seeking industry feedback for incentives that are meaningful and measurable as related to this requirement. Offerors may provide comments discussing how alternative incentives may be structured to effectively incentivize excellent performance. As noted in Section H, the Government is open to considering incentives, such as, adjusting the Mission Reliability Rate (MRR) levels, incentivizing payload integration/operation, or other workable solutions. The Government will consider all timely submitted comments and feedback for feasibility. Submission of Questions and Comments: All questions or comments related to this notice must be submitted electronically to the Contracting Officer(s) Christine.johnson@socom.mil and Jennifer.metty@socom.mil. Communications with other than the Contracting Officer(s) are prohibited. - Draft RFP closes on 02 March at 12:00 PM (Eastern Standard Time) - Questions and comments will not be accepted after 2 March 2015 close date/time. - Question and answers (Q&As) will be posted on FedBizOpps. (Based on the number of responses received, the Q&A posting may be after release of the final RFP but prior to the 45 day close date.) - No phone calls will be accepted; submit all responses via emails stated above. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. There are no commitments by the Government to issue any solicitations, make an award, or be responsible for any monies expended by any interested parties before award of a contract(s) and /or task order(s) for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. PREVIOUS SPECIAL NOTICE FOR INDUSTRY DAY: USSOCOM held Industry Day 3-4 December 2014 and provided an advance PWS for feedback from industry. The questions and answers (Q&A) and the attendees list were posted as H92222-15-R-0001-IndustryDay Amendment 4, on 2 February 2015, via Federal Business Opportunities (FedBizOpps.gov). The Q&A posting will remain available on the website for at least 10 days after the Draft RFP posts. A manual archive will be done when the final RFP is posted. EXHIBIT(S) AND ATTACHMENTS CHECLIST: - Draft RFP H92222-15-R-0001 - Exhibit A: Contract Data Requirements List (CDRLs) - Attachment 1: Performance Work Statement (PWS) - Attachment 2: MEUAS III Glossary - Attachment 3: DD 254 - Attachment 4: CENTCOM Clauses - Attachment I: Unmanned Aircraft System Capabilities Demonstration Plan - Attachment V: Total Evaluated Price (TEP) - Attachment VI: Notional CLIN Structure NOTE: Explicit Access is required for the RFP and other documents related to this acquisition. Contractors must be currently registered in the System for Award Management (SAM) database (www.sam.gov) before requesting explicit access. You must be logged into FedBizOpps to request explicit access and will also need to be logged in to view documents when explicit access is granted. At the top of the notice are three tabs: Notice Details, Packages, and Interested Vendors List. The FedBizOpps Vendor User Guide indicates that when the Packages tab is selected, an option to request explicit access becomes available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-15-R-0001-DRAFT/listing.html)
 
Place of Performance
Address: World-wide locations., United States
 
Record
SN03644629-W 20150220/150218234655-bfa83193ab2680b575b52724b9034c58 (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.