MODIFICATION
15 -- SkyTower Tactical Targeting Network Technology (TTNT) Modules and Related Support
- Notice Date
- 3/18/2022 12:42:35 PM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-21-RFPREQ-PMA-266-0069
- Response Due
- 4/2/2022 1:00:00 PM
- Point of Contact
- Nicholas Gilbert, Raymond Cannon
- E-Mail Address
-
nicholas.a.gilbert@navy.mil, raymond.c.cannon2.civ@us.navy.mil
(nicholas.a.gilbert@navy.mil, raymond.c.cannon2.civ@us.navy.mil)
- Description
- DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.� THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT.� THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The Naval Air Systems Command (NAVAIR), PMA-266 Navy and Marine Corps Multi-Mission Tactical Unmanned Air Systems (UAS) announces its intent to award a sole-source delivery order under an existing Basic Ordering Agreement (BOA) to Kranze Technology Solutions (KTS) Inc., Prospect Heights, Illinois, for the procurement of Marine Air Ground Task Force (MAGTF) Agile Network Gateway Link (MANGL) hardware and associated support required for the integration of SkyTower I Pod onto the MQ-9 Reaper. KTS is currently producing the aforementioned hardware.� The Government intends to award to KTS under the authority of FAR 6.302-1, ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."" Other interested parties may identify their interest and capability to respond to the requirement no later than the response date listed.� The requested information is intended to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and requisite knowledge required to support the requirement. The Government does not possess the adequate license rights in the required Technical Data Package (TDP) necessary to fulfill the requirement herein.� Therefore, respondents shall provide un-redacted licensing agreements in place with the Original Equipment Manufacturer (OEM), KTS, in order to enable the Government to perform an initial validation of the respondent�s ability to fulfill the requirements set forth herein.� RESPONDENTS THAT DO NOT PROVIDE THE AFOREMENTIONED LICENSING INFORMATION WILL NOT BE ASSESSED OR CONSIDERED. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses under beta.SAM capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. PROGRAM BACKGROUND The United States Marine Corps (USMC) has an urgent requirement established in Universal Urgent Needs Statement (UUNS) 17221UC, for an organic, 24/7 capable, Group 5 UAS for Intelligence, Surveillance, and Reconnaissance (ISR) in support of Outside the Continental U.S. (OCONUS) USMC Combat Ground Elements. ANTICIPATED PERIOD OF PERFORMANCE The anticipated delivery will be no later than 12 months after contract award.� The anticipated start date will be in FY22.� �� ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a hybrid Fixed Price and Cost Reimbursement CLIN structure.. REQUIRED CAPABILITIES The Government requires the MQ-9 aircraft have the capability to interface with other intelligent platforms and control payloads during missions. The system must be capable of sending and receiving real-time SECRET and below mission critical (non-voice) information [e.g. imagery, Full Motion Video (FMV), intelligence updates, Isolated Personnel Report (ISOPREP) files, Position Location Information (PLI) with Higher Headquarters (HHQ)] ELIGIBILITY The applicable NAICS code is 336411 with a Small Business Size standard of 1,500 employees. The Product Service Code (PSC) is 1510. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address, at a minimum, the following: Notice number from the beta.SAM posting to which you are responding. Company Name; Company Address; CAGE Code, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address; Company profile to include number of employees, annual revenue history, office location(s), DUNS number, business size, and a statement regarding current small/large business size status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein; Type of work your company has performed in the past in support of the same or similar requirement. Can or has your company managed a task of this nature? If so, please provide details. Company's ability to begin performance upon contract award without the requirement for additional negotiations or contract awards to procure rights to start performance for any resultant effort. If qualifying as a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described herein within the period of performance. All responses, including capability statements, shall be submitted no later than 4:00 PM EST, 2 April, 2022.� Responses shall be submitted electronically to the designated Contract Specialist, Nicholas Gilbert, in Microsoft Word format or Portable Document Format (PDF) at the following email address: nicholas.a.gilbert@navy.mil. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/37cd2b1f1c11432a8da2872f0cbb09f6/view)
- Place of Performance
- Address: Prospect Heights, IL 60070-1806, USA
- Zip Code: 60070-1806
- Country: USA
- Zip Code: 60070-1806
- Record
- SN06271671-F 20220320/220319211256 (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 |