Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1997 PSA#1911

Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010

H -- PROCUREMENT OF DRAGON DRONE FLIGHT SUPPORT AT DUGWAY, UT SOL M67854-97-Q-1159 DUE 090297 POC Contracting Officer, Harriett L. Burton, (703) 784-5822, ext. 238 E-MAIL: Contracting Officer, burtonh@quantico.usmc.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is M67854-97-Q-1159 and is an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46 and Defense Acquisition Circular 91-11. This is a total small business set-aside, SIC 8711, $20 million. This requirement is a Firm-Fixed Price contract for: Certification of a Dragon Drone System (7 drones and 3 ground control stations and support equipment) as being flight worthy and Providing Night Flight Support during the Joint Field Test (JFT)-4 exercise at Dugway, UT. ITEM 0001 -- FLIGHT OPERATIONS SUPPORT (6-25 OCT 97 at Dugway, UT) for Dragon Drone UAV at night and all labor in support of a flight period to include preparation of the system, and the flight period ; 1 LOT. ITEM 0002 -- LABOR COSTS associated with routine maintenance/repair of the UAV system, not-to-exceed 1 LOT (NTE) $7,000, contractor shall propose man-hour cost; ITEM 0003 -- MATERIAL COSTS associated with routine maintenance/repair of the UAV system, 1 LOT NTE $3,000, contractor shall propose material cost and material burden rate; ITEM 0004 -- TECHNICAL REPORT -- STUDY SERVICES (flight readiness, flight service support plan and approach to night flights) 1 LOT . DESCRIPTION: Requirements: 1.1 Within 7 days of government direction, the contractor shall certify the flight readiness of a Dragon Drone UAV system. This will include a visual inspection and ground testing of the air vehicles, ground control stations and all support gear. All assets are located at Quantico, VA. With written government approval, the contractor shall perform routine maintenance/repair on the assets in order to enhance the operational availability of the system. The contractor shall submit fixed price estimates for maintenance actions as attachments to the technical report documenting flight readiness. The contractor shall not perform maintenance or repair action until after its written cost estimate is accepted in writing by the Government Project Officer. 1.2 The contractor shall prepare a technical report that will describe how the contractor is planning on meeting this requirement for flight service. The technical report will include the contractors approach to night launch and recovery. 1.3 From 07 October 97 to 25 October 97, at Dugway, Utah, the contractor shall provide flight operation support. During this time period, the contractor shall be responsible for routine field maintenance of systems to improve availability. The contractor shall submit cost estimates to the Government for repair actions necessary to improve system availability. The contractor shall not perform repair actions before a written cost estimate is accepted in writing by the Government Project Officer. The contractor shall provide a 2 person flight crew, consisting of one qualified Exdrone external pilot and one qualified Exdrone internal pilot. The contractor shall be on call to support flight eight (8) hours per day. Exact times are to be determined but are anticipated to run from approximately 2200 (10:00 PM) until 0600 (6:00 AM) each night of the exercise. The contractor shall be at Dugway on 06 October 97 for preliminary testing and may depart on 25 October 97. The Government will ship the drone system to Dugway after the contractor has provided a certification. 1.4 Technical Report -- Study Services: The contractor shall submit a technical report that summarizes the results of the pre-exercise inspection of the drone system, provides the contractor's plan on how flight service will be provided, and details the contractor's proposed approach to night UAV flight support. As an appendix to this report the contractor shall submit a written cost estimate for any repair/maintenance actions that are required prior to the flight support period. Draft shall be submitted within 5 days after contract award. Govt. requires 5 days to review and comment; final submission due 5 days after receipt of Govt. comments. POST AWARD CONFERENCE: Conference to be held during contractor visual testing and drone inspection at Quantico, VA. DELIVERY SCHEDULE: ITEM 0001, 0002, and 0003: Period of performance shall be 6 -- 25 October 1997. ITEM 0004 shall be inspected at point of destination, accepted at point of destination, and delivered FOB Destination to: Marine Corps Warfighting Laboratory, 2042 Broadway St, Quantico, VA 22134. Draft due: 5 days after contract award. Final due: 5 days after receipt of Govt. comments. FAR 52.212-1, Instructions to Offerors -- Commercial Items and the provision FAR 52.212-2, Evaluation -- Commercial Items, apply to this solicitation and are hereby incorporated by reference. The following factors shall be used to evaluateoffers: technical acceptability, past performance, ability to meet schedule requirements and price. A technically acceptable proposal will include the resume of a key person with over 2 years experience as an Exdrone external pilot and the resume of a key person with over 2 years experience as an Exdrone internal pilot. The contractor must also demonstrate in the proposal that it 1) understands what is required to certify a UAV system as flight ready, 2) understands what is required to provide flight support, and 3) understands what will be required to provide night flight support. The contractor shall also have experience in the maintenance and repair of fixed wing UAVs. The offeror shall provide the names, contact points, and telephone numbers of two (2) commercial or government customers that have employed the contractor for fixed wing UAV flight support. Award will be made to the technically acceptable low price offer. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Subparagraphs (a), (6), (7), (8), (9), (10), (14), (17), (d) and (e) apply to this acquisition and are hereby incorporated by reference. This procurement is rated DO-S1. The following CBD note applies: 1. Offers are due on September 1997 no later than 2:00 p.m. (EST) to: Mailing Address: COMMANDER, MARCORSYSCOM, ATTN: CTQ1HB, 2033 BARNETT AVE SUITE 315, QUANTICO VA 22134-5010 or by EXPRESS MAIL or HAND CARRIED to: Harriett Burton, Code: CTQ1-HB MARCORSYSCOM, 3041A McCawly Ave, Quantico, VA 22134-5010. Contact Harriett Burton at (703) 784-5822, ext. 238 for further information.***** (0225)

Loren Data Corp. http://www.ld.com (SYN# 0039 19970818\H-0001.SOL)


H - Quality Control, Testing and Inspection Services Index Page