Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2015 FBO #4905
SOURCES SOUGHT

15 -- MQ-9 Aircraft Systems and Subsystems - MQ-9 Sources Sought PDF

Notice Date
4/28/2015
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
MQ9SSFA8620
 
Archive Date
6/13/2015
 
Point of Contact
703 AESG/SYK,
 
E-Mail Address
703aesg.syk@wpafb.af.mil
(703aesg.syk@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MQ-9 Sources Sought PDF THIS IS A SOURCES SOUGHT ONLY. This announcement constitutes a Sources Sought Synopsis (SSS) for the purpose of conducting market research only. No solicitation exists. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. The purpose is to identify capable sources which can provide, without Government funded modification to existing form, fit and function, continued development, production, retrofit and the integration of new capabilities. The United States Air Force (USAF), through the Air Force Life Cycle Management Center (AFLCMC), has contracted with General Atomics Aeronautical Systems Inc. to provide additional development, production, retrofit and the integration of new capabilities into the MQ-9 UAS. The USAF is planning multiple contract awards for the continued development, production, retrofit and the integration of new capabilities. Raytheon is the designer, developer, manufacturer and sustainer of the Multi-spectral Targeting System, the primary Electro-Optical/Infrared sensor for the platform. L-3 Communications is the prime contractor for the development, production and sustainment of several primary command and control elements, including the Satellite Communication Terminals. If a contractor believes they can provide these efforts with no degradation to the MQ-9 UAS weapon system level performance or fielding schedule, they should respond to this Sources Sought Synopsis. During the 5 year period beginning in FY17, up to 82 MQ-9 air vehicles are expected to be procured. There will also be requirements for additional production of supporting hardware (e.g. ground control stations), development, retrofit effort, integration of new capabilities and support for organic depot activation efforts. All efforts must ensure compatibility with the existing total MQ-9 UAS system from preceeding development, production/retrofit and fielding. The contractor will be responsible for obtaining access to all necessary technical data and expertise needed to develop, produce, integrate and install all system hardware meeting software, technical, functional, interface, power, cooling, reliability, qualification, and acceptance requirements. Interested sources must provide specific details on how required technical data and expertise will be obtained. The MQ-9 Program Office is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract. Qualified sources must have an in-depth knowledge of the MQ-9 system and have the existing capability to perform all of the stated requirements commencing in FY2017. Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet all stated requirements. The package shall also include the following information and address the questions below: Company/Institute Name: Address: Point of Contact (to include phone number and email address) : CAGE Code: Web Page URL: Size of business pursuant to NAICS Code 336411 Aircraft Manufacturing: Aircraft Conversions (i.e., major modifications to systems), size standard 1,500 employees Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women- Owned Small Business (Yes / No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: ____________ SBA Graduation Date: ______________ All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? •1. Does your firm have knowledge of the MQ-9 UAS including the various fielded configurations of ground control stations, aircraft, radar, multispectral targeting system, operational flight program (OFP)/ all other system software and communications equipment? ( If so, please include past performance ratings/evaluations such as Contract Performance Assessment Ratings, Award Fee Determinations, or similar contract incentives to verify this assertion) •2. Does your firm have past experience with the MQ-9 UAS or similar programs? •3. Does your firm have qualified personnel and facilities available to support onsite and overseas maintenance/sustainment and logistics support activities for the MQ-9 UAS; to include supply of all spares? •4. Can your firm manufacture and deliver the MQ-9 UAV to current design and specification requirement at rates of up to 4 aircraft per month with the capability to surge to 6 aircraft per month for short periods with all needed spares and support equipment beginning in FY17? •5. Can your firm support the ongoing sustainment of the fielded configurations of the MQ-9 UAS and the continuing integration of new sensors, weapons and capabilities into the MQ-9 UAS? This includes both hardware modifications of the fielded design, update of existing system software and retrofit of new capabilities into the fielded systems. Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited All submissions are requested to be made electronically by 4 pm EST on 29 May 2015 and sent to the MQ-9 Program Office, Attn: AFLCMC/WIIK, email: 703aesg.syk@wpafb.af.mil. Marketing materials are considered insufficient and direct/succinct responses to the request above are preferred. Please limit responses to 10 pages. The font shall be Times New Roman and no smaller than 10 point with at least a one-inch margin. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment. There is no restriction on who can respond to this SSS. However, if submitting company proprietary information, please be sure it is clearly marked. To aid the government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Contracting Office Address: AFLCMC/ WIIK Medium Altitude Unmanned Aircraft Systems Area B, BLDG 560 2530 Loop Rd West Wright-Patterson AFB, Ohio 45433 Primary Point of Contact AFLCMC/WIIK 703aesg.syk@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/MQ9SSFA8620/listing.html)
 
Record
SN03713293-W 20150430/150428235340-04d8a7c77e06f6239801af369ba2db26 (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.