Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2022 SAM #7582
SOLICITATION NOTICE

K -- ENGINEERING AND INTEGRATION OF MQ-9 GROUND CONTROLS STATIONS TO COMPLY WITH THE TECHNICAL SPECIFICATIONS FOR CONSTRUCTION AND MANAGEMENT OF SENSITIVE COMPARTMENTED INFORMATION FACILITIES VERSION 1.5

Notice Date
9/1/2022 7:03:10 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-RFPREQ-WPM266-0306
 
Response Due
9/16/2022 2:00:00 PM
 
Point of Contact
Elizabeth A. Greer, Raymond Cannon
 
E-Mail Address
elizabeth.a.greer14.civ@us.navy.mil, raymond.c.cannon2.civ@us.navy.mil
(elizabeth.a.greer14.civ@us.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.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.�� INTRODUCTION� The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Multi-Mission Tactical Unmanned Air Systems Program (PMA-266) Marine Air Ground Task Force (MAGTF) Unmanned Aircraft System (UAS) Expeditionary (MUX) Medium Altitude Long Endurance (MALE), or MUX MALE, program at Patuxent River, MD is providing acquisition support to the United States Marine Corps (USMC). �The MALE UAS is comprised of two primary components, the Air Vehicle (AV) and Ground Control Station (GCS).� The AV provides a means of transportation for sensors and payloads, while the GCS facilitates command and control (C2) of the MALE and its onboard mission systems during all phases of flight.� When utilizing Line-of-Sight (LOS) datalinks during the takeoff, climb, descent, and landing phases, the GCS is referred to as the Launch and Recovery Element (LRE).� Upon transitioning C2 to Beyond Line-of-Sight (BLOS) datalinks, or during employment of onboard sensors by the remote sensor operator, the GCS will be referred to as part of the Mission Control Element (MCE). �The USMC has a requirement for a Secure GCS (SGCS)?with the objective to display and communicate higher than Secret level data in accordance with the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities VERSION 1.5 (referred to Intelligence Community Directive / Intelligence Community Standard -705 (ICD/ICS-705)). �Initial GCS procurements provide Government owned Secret/Collateral-level Block 30 GCS configurations, with higher levels of data being provided either via post-flight downloads or through existing secure networks that do not feed data back to the operator(s) station.� The SCGS will reconfigure the mobile (and potentially fixed) GCS units to achieve the higher level of secure data receipt, transmission, display, and (objective level) storage. The selection of the SGCS 705 ICD compliant integrator to convert, modify, develop, revise, and test the Government owned equipment to meet all ICD 705 and MUX/MALE mission solutions shall meet the parameters set forth in the Requirements section of this Sources Sought RFI.� The solution must be available for procurement by 3rd Quarter FY23.� THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible firms capable of providing the hardware and associated support 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.� BACKGROUND/REQUIREMENT� The Navy is conducting market research, through this RFI, to assess potential firms capable of providing the following:� Physical modifications to MQ-9 Block 30 GCS� The contractor shall be able to procure, revise, install, and test hardware/equipment to ensure compliance with ICD 705 specifications and MUX / MALE mission requirements. Physical modifications may include sound attenuation, upgraded displays, welds, seals, and/or other ICD 705 specific construction requirements. The contractor shall be able to install or integrate an Access Control System (ACS) and coordinate with local site security processes and procedures. Network security The contractor shall be able to provide guidance, engineering, design, documentation, testing, and maintain configuration control of multiple networks with multiple layers of security and enclaves�to include: Unclassified Secret Top Secret / Sensitive Compartmented Information (SCI) Special Access Program (SAP) Communications� The contractor shall be able to provide guidance, engineering, design, and documentation for the procurement, installation, test and maintainability of multi-level secure voice communications. An Intercommunications System is expected to include headsets, control panels, interface cards, and associated network equipment. Engineering� The contractor shall be able to provide engineering assessments on operational needs and requirements for the program office and operating unit to consider for future changes and/or incremental mission capabilities.� The contractor engineers shall be expected to coordinate with local site facilities personnel to integrate with other site modifications such as Heating, Ventilation, and Air Conditioning (HVAC), alarms, and perimeter fencing. Effort will require collateral Secret and TS/SCI cleared personnel. ANTICIPATED PERIOD OF PERFORMANCE� The anticipated period of performance will be from FY23 into FY25 and is expected to run for approximately 20 - 36 months from Contract award to installation, delivery, test, and final checkout.� Simultaneous integration of GCS may be required to meet schedule. Anticipated Places of Performance The Government anticipates that up to six (6) GCSs total will require modifications in place at the following notional locations: Oahu, Hawaii Yuma, Arizona Patuxent River, Maryland �� ELIGIBILITY� The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees.� The Product Service Code (PSC) is K016 Modification of Equipment - Aircraft Components and Accessories.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.��� SUBMITTAL INFORMATION� Interested parties may submit a Capability Statement package identifying their interest and capability in response to this notice.� Only Capability Statements received on or before 16 September 2022 will be considered by the Government. The requested information is 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.� A determination not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government.� Capability Statements received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration.� It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length on 8.5 x 11 inch paper with one-inch margins, single-spaced, Times New Roman, 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 Points-of-Contact (Primary and Secondary) name, phone number, fax number, and e-mail address;� Company profile to include number of employees, annual revenue history (3 or more years), 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 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 16 September 2022.� Responses shall be submitted electronically to the designated Contract Specialist, Elizabeth Greer, in Microsoft Word format or Portable Document Format (PDF) at the following email address: elizabeth.a.greer14.civ@us.navy.mil.� No phone calls will be accepted. The Government may contact RFI respondents in order to seek clarification of submitted information or gain additional input.�� 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.� DOCUMENT MARKINGS� It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution and classification markings.� All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.� All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only.�� Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed.� All information received in response to this Notice that is marked proprietary will be handled accordingly.� Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review.� Note: If interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.� Interested sources are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this Sources Sought.� By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary information) to employees of the organizations listed below.� All employees of the organizations identified that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data.��� KBR, Lexington Park, MD� MAGAERO, Lexington Park, MD� Render Security Engineering, Lexington Park, MD Beyond the above commercial firms, the Government will not release any data�received in response to this RFI, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea48d9bac01c4c4f83c7bc2668398354/view)
 
Record
SN06450066-F 20220903/220901230121 (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.