SPECIAL NOTICE
15 -- Advanced Subscale Aerial Program (ASAP 2). This requirement is for threat representative aerial targets for the Army and other services and Allied Nations to support a variety of missions which require both simulated and live-fire engagements.
- Notice Date
- 3/29/2022 7:41:46 AM
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-22-R-ASAP2-Advanced-Subscale-Aerial-Program
- Response Due
- 4/13/2022 2:00:00 PM
- Point of Contact
- Rebeca A. Gonzalez, Phone: 4073843968
- E-Mail Address
-
rebeca.a.gonzalez.civ@mail.mil
(rebeca.a.gonzalez.civ@mail.mil)
- Description
- Advance Subscale Aerial Platform 2 (ASAP 2) Notice of Intent to Award Sole Source Intent of the Notice: Army Contracting Command � Orlando (ACC � Orlando), for the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), in support of the Threat Systems Management Office (TSMO), intends to issue a new contract to Kratos Unmanned Aerial Systems (KUAS) on a sole source basis pursuant to only one responsible source who can meet the requirement. �This new contract will have a ceiling of $95M. �The period of performance (ordering period) will be for five years starting at award. �In accordance with FAR 6.302-1(a)(2)(ii)(A) supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and incur unacceptable delays in fulfilling the agency�s requirements. ACC-Orlando issued Sources Sought Notice (SSN) W900KK-22-D-ASAP2 on 7 March 2022 with a due date of 21 March.� The SNN did not result in any contractors expressing an interest in competing for this requirement beyond the current incumbent contractor.� The Army currently owns and operates a small pool (less than 30 each) of BQM-167 and MQM-178 aerial targets to meet the requirements outlined in the SSN.� The Government does not own technical data packages for the BQM-167A, MQM-178A target systems and related peculiar support equipment. It was necessary for sources to be capable of delivering BQM-167A or equivalent subscale aerial targets at an estimated rate of 5 targets per year and MQM-178A or equivalent subscale aerial targets at an estimated rate of 15 targets per year.� Additional requirements may include depot-level logistics support, potential On-site technical support at Orogrande, NM and/or other designated Army range, spares provisioning and sustainment engineering to support Army Operational requirements. Brief Description: The contract will procure threat representative, advanced subscale aerial target platforms, ground support equipment, spares, training, and engineering development type support.� These target platforms provide a range of speed and payload capabilities to meet weapon system test requirements. �These targets are configured to provide threat representative targets for DoD and Foreign Military Sales (FMS) requiring activities weapon system development and live fire test events and are controllable by the Army�s Ground Aerial Target Control System (AGATCS) and tested using the Army�s Model 59 Target Test Set.� This requirement includes targets, launch equipment, ground support equipment (GSE), spares and consumable hardware, engineering and support services for development and evaluation of modifications and improvements to system hardware for unique and long term requirements, design, development and fabrication of new target payloads, and target system software improvements.� Responses: The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1.� Interested firms may identify their interest and capability to meet the requirement and submit their response by close of business 13 April 2022. �This notice of intent is not a request for competitive proposals. �A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. �Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. �If you have any questions or concerns, please contact the contract specialist Rebeca Gonzalez, rebeca.a.gonzalez.civ@army.mil or call at 407-384-3968; or the Procuring Contracting Officer Robert Minjack at robert.m.minjack.civ@army.mil or call at 321-235-7716. Disclaimer: This notice does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products/services. �No solicitation documents exist at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b5a2449e3ef04b0ba0c4d229d1ac44b4/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06282155-F 20220331/220329230059 (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 |