Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOURCES SOUGHT

J -- Hunter Contractor Logistics Services (CLS) for Fiscal Years 2019-2021

Notice Date
5/15/2017
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-Hunter2019-2021
 
Archive Date
6/23/2017
 
Point of Contact
Paige N. Knott, Phone: 2568426742
 
E-Mail Address
paige.n.knott.civ@mail.mil
(paige.n.knott.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY The United States Army Contracting Command Redstone Arsenal (ACC-RSA), Alabama on behalf of the Program Executive Office (PEO Aviation for the Unmanned Aircraft Systems (UAS) Project Manager's Office (PMO) submits the following Request for Information (RFI) for advertisement for CLS services in support of the Hunter Program in the Contiguous United States (CONUS) and Outside Contiguous United States (OCONUS). This RFI is issued solely for information and planning purposes and to identify interested sources. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Funding is not available at this time. This request for information does not commit the Government to contract for any supply or service. Further, the U.S. Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential respondees to monitor this site for additional information pertaining to this subject. The information provided in this RFI is subject to change and is not binding on the Government. The U.S. Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as a commitment or as authorization to incur costs for which reimbursement would be required or sought. All submissions will become Government property and will not be returned. Responses may include data that the offeror does not want disclosed to the public for any purpose or used by the Government except for information purposes. If your company wishes to restrict the data, the title page must be marked with the following legend: Use and Disclosure of Data This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed, in whole or in part, for any purpose other than to evaluate this response. This restriction does not limit the Government's right to use information contained in these data if they are obtained from another source without restriction. The data subject to this restriction are contained in Data Sheets (insert numbers of other identification of sheets). Your company may also mark each sheet of data it wishes to restrict with the following legend: "Use of disclosure of data contained on this sheet is subject to the restriction on the title page of this response." In addition, foreign participation is excluded from participating in response to this RFI. DESCRIPTION : This is a follow-on requirement for contractor logistics support (CLS) services (operations and maintenance support) to sustain the Hunter UAS both fielded and stored. The UAS Project Office is seeking if there are any alternative sources capable of providing the following services. Potential responders must be capable of maintaining interoperability with the UAS Ground Control Stations, One System Remote Video Terminals, and other Army aviation platforms. The requirement includes: •a. Depot/asset management which includes maintenance, technical publications, supply support, obsolescence, and reliability, availability, and maintainability (RAM). The offeror must be able to provide an inside, humidity-controlled storage area not less than 60,000 square feet and an outside storage area not less than 60,000 square feet. •b. Technical management to include systems, sustaining, and software engineering, engineering analysis, engineering test support, configuration management, quality assurance, and safety. •c. Flight operations management to include field level maintenance, flight line support to tactical and training units and training exercises in the contiguous United States (CONUS) and outside the CONUS (OCONUS). Flight line support consists of maintaining a field support team at each supported site and during OCONUS deployments for contingency operations. •d. Program management to include integrated product teams, UAS Project Office reviews, site visits, security, and financial management. •e. Contract options for engineering, sustainment, and technical support for Government-Owned Contractor-Operated deployments, supply support activity and expeditor support OCONUS, capabilities-based rotational support for other contingency operations, Rapid Integration Acceptance Center support. The offeror must be able to establish agreements with the manufacturer of the Hunter UAS and the Hunter payload to include Israel Aerospace Industries (IAI), Ltd and its divisions MHT (also known as Mahut), MALAT, and TAMAM; ELTA Systems, Ltd., (a group and subsidiary of IAI); and APL Automobil-Pruftechnik Landau GmbH (the heavy fuel engine manufacturer/integrator). The efforts will be provided at the Rapid Integration Acceptance Center, Dugway Proving Grounds, UT, Cochise College flight line, AZ and OCONUS locations, as required. A sufficient/adequate Technical Data Package (TDP) suitable for competition for this requirement does not exist. The TDP is Level 2 with instructions. However, the TDP has not been maintained or updated since fiscal year 1995. The Government intends to award one contract. Responses: Interested parties are requested to respond to this RFI with a white paper no more than 10 pages. The response should describe your experience in sustainment/maintenance and flight operations of the Hunter UAS. Responses are due no later than 22 May 2017, 5 pm CST. Contracts Points of Contact (POC): Primary - Ms. Mona Lisa Brown, Contracting Officer, monalisa.brown2.civ@mail.mil. Technical Point of Contact : Primary - Ms. Donna Hightower, donna.hightower.civ@mail.mil and/or Secondary - Mr. Casey Still, casey.h.still.civ@mail.mil. Contracting Office Address: ACC-RSA - Aviation, ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa081354d8a8a58930efcea1899bc8bd)
 
Place of Performance
Address: CONUS and OCONUS Locations are anticipated, United States
 
Record
SN04508762-W 20170517/170515234938-aa081354d8a8a58930efcea1899bc8bd (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.