Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2016 FBO #5367
SOLICITATION NOTICE

U -- CROTAC Training - PWS

Notice Date
8/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, 176TH WING/LGC, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998
 
ZIP Code
99502-1998
 
Solicitation Number
W91ZRU-16-T-0023
 
Archive Date
9/30/2016
 
Point of Contact
176 MSG Contracting, Phone: 9075510246
 
E-Mail Address
176msg.msc-missionsupportcontracting@us.af.mil
(176msg.msc-missionsupportcontracting@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is a 100% small business set-aside, NAICS 541690. Please refer to the attached performance work statement (PWS) for further details. The subject requirement is to provide Combat Rescue Officer Terminal Attack Control (CROTAC) training for the 212th Rescue Squadron (RQS) during the week of 22-26 August 2016 OR 29 August-02 September 2016 (depending on contractor availability). The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary. Guardian Angel (GA) Rescue Squadrons employ to non-permissive combat environments under threat of enemy attack. Lacking Joint Terminal Attack Control (JTAC) qualified personnel, Combat Rescue Officers (CRO) must be capable of directing fixed and rotary-wing aircraft providing supporting sensors and fires while engaged in Personnel Recovery operations. The contractor would be responsible for the following: 1. Provide on-site, co-located unmanned aircraft system (UAS) capability that is a contractor-operated line-of-sight asset to support training requirements for the duration of field training exercises that occur during specified calendar periods. UAS and operators must be capable of communicating with 212 RQS operators via government-provided radios and adjusting UAS flight and camera views in response to operator input. 2. Provide a co-located Ground Control Station (GCS). UAS operators at the GCS will be co-located with exercise controllers and must adjust UAS flight and camera views in response to exercise controller input. 3. Support training exercises on or near Joint Base Elmendorf-Richardson (JBER) by acting as a UAS or aerial asset providing sensor and fires support to ground forces. 4. Provide collection and transmission of real-time aerial video and still imagery of locations specified by the 212 RQS to support training requirements. 5. Transmit video downlink information to a variety of receivers, to include the L3 Rover TAC-SIR. 6. Support data management and data preparation into products. 7. Support pre- and post-planning requirements as well as participate in after action reviews. Firms responding to this solicitation must provide the following information: 1. Please provide the following point of contact information: Company, CAGE code, Address, Point of Contact, Phone Number, Fax Numbers, Email Address 2. Identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and/or a Native American Small Business under the proposed NAICS code 541690. 3. Brief summary of the company, of no more than 3 paragraphs. 4. A qualification statement stating that they are able to perform this requirement under this NAICS code. Submit a statement of interest and technical capabilities. 5. Has your company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide contract number, point of contact, e-mail address, phone number, and a brief description of your direct support of the effort? 6. Does your company have a SECRET facility clearance or have access to one should it be required? 7. Is your company currently providing similar items to another government agency (you may also include contract #s for government) or other nongovernment customer? If so, please identify the agency or non-government customer, point of contact, e-mail address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. This announcement constitutes the only written notice. Basis for award will be the best value to the Government. In accordance with FAR 52.212-2, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following provisions are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certificates-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions-Commercial Required to Implement Statutes of Executive Orders -Commercial Items. To be eligible for contract award, all contractors must be registered with the System for Award management (SAM) found at https://www.sam.gov/portal/public/SAM/. Payments for the resulting contract will be made through Wide Area Work Flow (WAWF). Contractors can register for WAWF at https://wawf.eb.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU-16-T-0023/listing.html)
 
Place of Performance
Address: 17455 Airlifter Drive, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04202807-W 20160803/160801234303-9d03bd4fec7248bb36affdacede54ae0 (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.