Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
MODIFICATION

J -- Universal Ground Data Terminal (UGDT) Sustainment - Response to Questions

Notice Date
4/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY18R0035
 
Archive Date
5/27/2018
 
Point of Contact
Ben Hoell, Phone: 5082336189, Lady Pollard,
 
E-Mail Address
Benjamin.g.hoell.civ@mail.mil, lady.d.pollard.civ@mail.mil
(Benjamin.g.hoell.civ@mail.mil, lady.d.pollard.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Response to Question THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The ACC-APG, Natick Contracting Division on behalf of the Unmanned Aircraft System Project Manager's Office (UAS PM) is issuing this Sources Sought Notice to determine the availability of commercial capabilities, practices, items, and services to meet the general requirements for sustainment of the Project Manager for Unmanned Aircraft Systems (PM UAS) Universal Ground Data Terminal (UGDT), and obtain specific and detailed information to make various acquisition decisions. The Unmanned Aircraft System Project Manager's Office (UAS PM) has a requirement for the Procurement and Engineering, Logistics, Support and Services (ELSS) for the UGDT and associated equipment. The UGDT's Original Equipment Manufacturer (OEM) is L3 Technologies. The proprietary Technical Data Package (TDP) for the UGDT resides with the OEM. The ELSS program contractor shall demonstrate experience and be proficient in supporting Unmanned Aircraft (UA) military contingency operations within the Continental United States (CONUS) and Outside Continental United States (OCONUS). Except for Government Furnished Equipment (GFE), the ELSS program contractor shall be responsible for performing all tasks below, as the prime contractor, to sustain the UGDT: • production/procurement of UGDTs • help desk services • program management • maintenance and Field Support Services (FSR) in CONUS and OCNUS in support of contingency operations • inventory / supply / transportation services • software support services • training • equipment • materiel • consumables • repairs / diagnostics • facilities • technical support to include Engineering Change Proposals (ECPs) to current configuration of the UGDT • performance tracking • hardware and/or software quantities • other logistical resources Sustainment encompasses all necessary depot-level support elements, system components, test equipment, and the supply/retrograde infrastructure up to and including the Contractor Supply Support Activities (CSSA). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort and potential hardware/services solutions. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government will not accept unsolicited proposals in response to this Sources Sought Notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. Submission Instructions: Interested parties who consider themselves qualified are invited to respond to this RFI with a white paper describing responder's capabilities and potential hardware/services solution that meets the criteria referenced in this document no later than 5:00 p.m., Eastern Standard Time (EST), on 12 May 2018. All responses under this Request for Information must be emailed to Ben Hoell, Contract Specialist at Benjamin.g.hoell.civ@mail.mil and Ms. Lady Pollard at lady.d.pollard.civ@mail.mil. Responses must be in Microsoft Word or Excel Format and may not exceed thirty - 8.5 x 11 inch pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a30113d93c69de7f65b42c9b668713f5)
 
Record
SN04889565-W 20180415/180413230923-a30113d93c69de7f65b42c9b668713f5 (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.