Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2021 SAM #7104
SOLICITATION NOTICE

L -- Group 5 Contractor-Owned / Contractor-Operated (CO/CO) Intelligence, Surveillance, and Reconnaissance

Notice Date
5/12/2021 10:42:08 AM
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-NORFP-WPM266-0133
 
Response Due
5/27/2021 12:00:00 AM
 
Archive Date
06/11/2021
 
Point of Contact
Hayley M. Graham, Raymond C. Cannon
 
E-Mail Address
hayley.graham@navy.mil, raymond.c.cannon@navy.mil
(hayley.graham@navy.mil, raymond.c.cannon@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), NAS Patuxent River, MD, intends to award a contract action to General Atomics Aeronautical Systems, Inc. (GA-ASI), Poway, CA (Cage Code 0YJB5) for an additional�three months of Group 5 Unmanned Air System (UAS) / MQ-9 Reaper UAS Intelligence, Surveillance, and Reconnaissance (ISR) support during FY21-FY22. The U.S. Government has existing Contractor-Owned / Contractor-Operated (CO/CO) MQ-9 Reapers providing ISR support. This procurement is to provide ongoing services of the existing ISR capabilities. GA-ASI shall be responsible for transportation, operations, and maintenance activities in support of an Orbit capability of 16 hours x 7 days with surge to 24 hours x 1 day under a split operations approach with GA-ASI pilots and sensor operations in CONUS and GA-ASI Launch and Recovery crew and maintainers OCONUS. GA-GSI Group 5 UAS must include high resolution radar, multi-spectral imaging sensors, Line of Sight (LOS) and Beyond Line of Sight (BLOS) communications and able to utilize the USAF Remote Split Operations (RSO) communications architecture for CONUS and OCONUS operations. The proposed contract action�is that�for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C.2304(c)(1) and FAR 6.302-1, ""Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements."" This contract effort�is in support of the Urgent Universal Need Statement (UUNS) #17221UC, and will ensure there is no break in service during the Government's transition to support UUNS #17221UC. Only a GA-ASI provided MQ-9 UAS with its ground components can integrate seamlessly at the deployed location thus ensuring the following: a) certified interoperability with existing classified communications systems (both USAF and USMC ground force communication exchanges), b) spectrum compliance with other MQ-9 ongoing operations, c) compliance with JPED toolsets already being used with MQ-9 for multi-organization analysis d)compliance with base infrastructure optimized for MQ-9 UAS operations, e) have capital assets available for immediate deployment, f) have existing DoD Flight Clearance for CONUS and OCONUS operations, and g) integrate into the existing RSO infrastructure and be fully capable of performing ISR missions by the end of the existing contract to avoid a gap in service. Delaying the procurement to develop an alternative source for this urgent ISR surge is impractical and would prevent meeting the schedule requirements of the UUNS. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract modification based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. Responses shall be made in writing by E-mail, U.S. mail or facsimile to the attention of�Ms. Hayley Graham or Mr. Raymond Cannon�using the contract information provided in this synopsis. Companies interested in subcontracting opportunities should contact General Atomics at GA-ASI-Small-Business@ga-asi.com.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca47416f686240bc90c5df451dda6feb/view)
 
Place of Performance
Address: Yuma, AZ, USA
Country: USA
 
Record
SN05999401-F 20210514/210512230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.