MODIFICATION
J -- UAS Aircrew Services
- Notice Date
- 9/11/2017
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N0042117R0047
- Archive Date
- 9/28/2017
- Point of Contact
- Angela R Brooks, Phone: (301) 757-9708, Benjamin Washburn, Phone: 301-757-9712
- E-Mail Address
-
angela.brooks@navy.mil, benjamin.washburn@navy.mil
(angela.brooks@navy.mil, benjamin.washburn@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Question #1 N00421-17-R-0047: What ratings are the pilots required to hold for each group at UAS? FAR PPL Government Response: As a government owned, DoD public aircraft, the FAA does not dictate the "ratings" or qualifications required for unmanned aircraft in the reporting custody of UASTD. Instead, pilot qualifications for all groups of UAS are specified by the general NATOPS (CNAFM-3710.7, Chapter 14); and, for those platforms which are Programs of Record, additional stipulations may be found in the Platform NATOPS that is specific to that Type/Model/Series unmanned aircraft system. Non-Program of Record UAS, such as Group I "Quad Copters", operate under deviations from the limitations of CNAFM-3710.7. In this case, the unit commander of the Non-POR system (UASTD's Military Director) is required to inform their Type Commander of such deviations in writing, with information copy to COMNAVAIRFOR and COMNAVAIRSYSCOM. The letter will include the platform, timeframe, location(s), and intended deviations from this instruction. That approved waiver letter then stipulates the qualifications and operational use of that Non PoR system. Amplifying details as to the Basic UAS Qualifications for each group of UAS can be found in CNAFM-3710.7, Appendix P, and Chapter 14. Additional details as to contractor aircrew certification requirements will be set forth in the contract under compliance with NAVAIRINST 3710.1G CH-1 dtg AUG 2013. Question #2 N00421-17-R-0047 (UAS Aircrew) Government Response: At this time-frame the requirements for each contract are established, there will be no changes at this time. Question #3 N00421-17-R-0047 (UAS Aircrew) 0047: Has the Government made the determination with regards to competition type? SB vs Large 0047: Is an October RFP release still anticipated? Will an Accounting system deemed "Adequate" be acceptable? The government many times asks for "approved" accounting systems which are not issued as you know.....this response will answer future questions? Government Response: A final acquisition strategy has not yet been determined; monitor FBO for more details as the acquisition strategy is finalized. All proposals must be submitted in accordance with all the precise terms and conditions of the formal solicitation. As described in FAR 16.301-3, in general as a condition for award of a cost reimbursement contract the contractor's accounting system must be determined adequate for determining costs applicable to the contract by the cognizant contracting officer. Question #4 N00421-17-R-0047 (UAS Aircrew) Has the Government decided if this will be coming out as Small Business vs. Large? Government Response: A final acquisition strategy has not yet been determined; monitor FBO for more details as the acquisition strategy is finalized. Question #5 N00421-17-R-0047 (UAS Aircrew) Do you have any pre-existing CLINS that have not been executed on the current contracts? Government Response: Currently, all of the CLINS except the NMCI CLINS are executed. Question #6 N00421-17-R-0047 (UAS Aircrew) Does the Navy have full access or own the Test Data Packets (TDPs) for the MQ-8 Fire Scout? Government Response: The Navy owns the test data currently being collected on the MQ-8 platforms. For new sensors/systems being integrated into the MQ-8 platforms, the Navy makes it common practice to purchase the full data rights to those data streams collected through OEM equipment so that test reporting and troubleshooting can take place in the early stages of mission package integration. Question #7 N00421-17-R-0047 (UAS Aircrew) Looking at the due date on the maintenance sources sought, I believe it said August 31 was the due date for the submission. It looked to me like you briefed Sep 11 as the due date for both contracts at the meeting today, with Aug 31 as the last day for questions submission. Government Response: The due date for both of the requirements sources sought/capability statements has been extended to 13 September 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0042117R0047/listing.html)
- Place of Performance
- Address: AIR-5.1.11.3, Webster Field, St. Inigoes, MD 20684, St. Inigoes, Maryland, 20684, United States
- Zip Code: 20684
- Zip Code: 20684
- Record
- SN04670766-W 20170913/170911231900-88f12e2e256bbcd0135a3081dbab2249 (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 |