Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2022 SAM #7398
SOURCES SOUGHT

C -- Gray Eagle Technical Services

Notice Date
3/1/2022 7:43:49 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANRSA22P0000006143
 
Response Due
3/16/2022 3:00:00 PM
 
Point of Contact
Anthony L. Jones, Phone: 2563136360, Teresa W. Jordan, Phone: 2563133837
 
E-Mail Address
anthony.l.jones295.civ@army.mil, teresa.w.jordan.civ@mail.mil
(anthony.l.jones295.civ@army.mil, teresa.w.jordan.civ@mail.mil)
 
Description
Notice Type: Request for Information/Sources Sought Synopsis: Request for Information (RFI) for MQ-1C Gray Eagle Unmanned Aircraft System (UAS) Technical Services (TS) for Fiscal Year (FY) 2022 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued solely for information and planning purposes and to identify interested sources. It does not constitute an invitation for bid, a Request for Proposal (RFP), a solicitation, a request for quote or a promise to issue such documentation 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. Responders 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 on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. The information provided in the 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 such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Additionally, responses may include data that the offeror does not want disclosed to the public for any purpose or used by the Government except for informational purposes. If your company wishes to restrict use of the data, the response must be marked appropriately. The Government will utilize non-Government personnel (support contractors) to review and evaluate white papers submitted in response to this RFI. If any respondent does not currently have a Non-Disclosure Agreement (NDA) that would permit the PM UAS support contractor(s) listed below to review the respondent's RFI submission, the respondent is encouraged to sign NDAs with the listed support contractor(s) for this purpose. In any event, any markings on the submissions in response to this RFI should reflect that the information is releasable to the identified contractors solely for the purposes stated herein. The contractors listed below will be precluded from submitting a response to this RFI or any subsequent solicitation for this effort. The following is a list of support contractors who will review and evaluate the white papers: Company Individual Support Contractor Telephone Number Email Address Sigmatech Jo Ann Martinez (256) 947-6077 jo.a.martinez10.cr@mail.mil Booz Allen Hamilton Mark Holmes (256)313-5436 mark.e.holmes8.ctr@mail.mil DESCRIPTION: This RFI is intended to seek industry input for the potential procurement for Technical Services tasks including but not limited to the conduct of Earned Value Management for Cost and Schedule Control, Pre- Planned Product Improvement (P3I) Engineering Tasks, Software Development and Updates, Payload and Weapons Integration, Flight Algorithm Validation, Obsolescence Planning and Mitigation, Manned-Unmanned Teaming (MUM-T), Interoperability Profile Implementation, Training System Development and Updates, Performance Based Logistics (PBL) Engineering Tasks such as ECPs resulting from PBL Integrated Product Teams (IPTs) and Working Groups. Configuration Management of Fielded Configurations, Publications/Documentation, Fielding and New Equipment Training (NET) and Reliability, Availability, Maintainability (RAM) Deliverables in support of the Gray Eagle system. The Government possesses an incomplete technical data package (TDP) for the Gray Eagle system. Any respondent must possess access to restricted air space for periodic flight test. The Government will not provide access to an airfield, air space or a flight test facility. Sources should provide documentation which demonstrates a strong background, history and past performance in, resolving obsolescence issues dealing with large UAS components, resolving interface issues between payloads and large UAS platforms, enhancing USG-contractor interactions, and containing cost with comprehensive cost controls. Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above. Security Requirements: Responders must be eligible for a COMSEC account and demonstrate the ability to maintain National Information Security Program standards. Security requirements for any resultant contract will be a facility cleared to the Secret level with authorization to store COMSEC items and individuals with clearance eligibility to the Secret level. A sufficient number of individuals will require access to COMSEC. Potential solutions sought shall have full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability. Responses: Interested parties are requested to respond to this RFI with a white paper, no more than 10 pages in length, describing the responder's capabilities and potential material/services solution that meets the criteria referenced in this document. Responses are due no later than 16 March 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c04acbb69b114e799f0776f5dbb49f27/view)
 
Place of Performance
Address: Poway, CA 92064, USA
Zip Code: 92064
Country: USA
 
Record
SN06254245-F 20220303/220301230104 (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.