Small Unmanned Aircraft Systems (SUAS) Technical Support Services
UPDATE: NAICS Code Updates, Response Date Amended from 12 July 2019 to 19 July 2019. REQUEST FOR INFORMATION Small Unmanned Aircraft Systems (SUAS) Technical Support Services 1.0 Description 1.1 The S... UPDATE: NAICS Code Updates, Response Date Amended from 12 July 2019 to 19 July 2019. REQUEST FOR INFORMATION Small Unmanned Aircraft Systems (SUAS) Technical Support Services 1.0 Description 1.1 The Small Unmanned Aircraft Systems (SUAS) office, in support of Project Management Unmanned Aircraft Systems (PM UAS), is seeking information on how an interested contractor could provide Technical Support Services to satisfy SUAS-related requirements in Engineering Development, Validation and Verification Testing for the Warfighter as well as Other Governmental Agencies (OGAs) and Non-Governmental Agencies. SUAS has a need for continued support for the Small Unmanned Aircraft systems made up of the short-range reconnaissance (SRR) aircraft, the Medium Range Reconnaissance (MRR) aircraft, the Long-Range Reconnaissance (LRR) aircraft and the Hand Held Ground Control System (H-GCS). The RQ-11B and RQ-20A aircraft currently execute the respective Medium Range Reconnaissance (MRR) and Long Range Reconnaissance (LRR) Aircraft Systems roles with an original equipment manufacturer (OEM) commercial off the shelf (COTS) H-GCS. The Tactical Unmanned Aircraft Systems (TUAS) Product Office will modify the MRR Flight Control System (FCS) and the H-GCS to operate in a new frequency spectrum. Future Small Unmanned Aircraft LRR and SRR aircraft will also require H-GCS system integration and requirements assessments during the hand held ground control prototype phase to validate requirements, demonstrate interoperability and long-term supportability. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, PM UAS is not at this time seeking proposals and will not accept unsolicited proposals. Respondees 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 offerors to monitor these sites for additional information pertaining to this requirement. 2.0 Background Small Unmanned Aircraft Systems to be provided SUAS Technical Support Services are the RQ-11 Raven, RQ-20A Puma, Small Range Reconnaissance (SRR), Medium Range Reconnaissance (MRR), and Long Range Reconnaissance (LRR) SUAS. 2.1 Currently in SUAS Inventory: RQ-11 Raven - 2,175 systems, RQ-20A Puma - 344 systems. Planned systems to be acquired SRR - 6,225 systems, MRR - 2,485 systems 2.2 Period of Performance: One base Ordering Period (12-Months) with 4 Option Ordering Peiods (12-Months). 3.0 Requested Information This RFI seeks overall requirements for a contract providing SUAS Technical Support Services for Engineering Development, Validation and Verification Testing in support of the SUAS Rucksack Portable Unmanned Aircraft Systems (RPUAS) and Ground Control Segment (GCS) in Continental United States (CONUS) and Outside of Continental United States (OCONUS), and their domestic and foreign customers, as allocated by individual Task Orders (TOs). Examples of Support Services needed but not limited to include: Requirements Management, Concept Analysis, Technical Assessment (Product Support/Evaluation), Engineering Support, Systems Analysis, System Test and Evaluation, Production Support, Sustainment Engineering (Obsolescence, Life Cycle Support, Supply Chain Management), Reliability, Availability, and Maintainability (RAM), Quality Assurance, Configuration Management (Tech Manuals, SW/HW, IUID, etc.), and Information Assurance. The Government anticipates award of a Single Award contract. The Government intends to issue Firm-Fixed price TOs under this contract but reserves the right to issue Cost type TOs as the procurement situation requires. Individual TOs will be issued in accordance with (IAW) a Performance Work Statement (PWS) that contain the specific requirements for Technical Support Services for the RPUAS, their configuration variants, and components. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word for Office 2000 compatible format are due no later than 12 July 2019, 1500 Eastern. Responses shall be limited to two pages for Section 2 and 3 and submitted via e-mail only to Mr. Jeremy Deorsey at jeremy.a.deorsey.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. If any respondee does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the PM UAS support contractors listed below to review and evaluate white papers submitted in response to this RFI, the respondee is requested to sign PDPAs with these PM UAS support contractors for this purpose. The following is a list of support contractor Points of Contacts (POC) who will review the responses. Company: Iron Mountain Randy Knight 256-698-8027 randall.t.knight4.ctr@mail.mil Company: Iron Mountain Russell Crosswy 256-313-5301 john.r.crosswy.ctr@mail.mil Company: KBR Daniel McCarthy 256-842-7239 daniel.e.mccarthy.ctr@mail.mil Company: KBR Michele Biletski 256-313-3791 michele.s.biletski.ctr@mail.mil Company: Alakaina Michael Olinick 321-676-9579 molinick.ctr@alakaina.com 4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated POC. 4.3.2. Recommended contracting strategy. 4.3.3. Either 1) Copies of executed non-disclosure agreements (NDAs) with the contractors supporting PM UAS supported PEOs and PMs in technical evaluations or 2) a statement that the respondee will not allow the Government to release its proprietary data to the Government support contractors. In the absence of either of the foregoing, the Government will assume that the respondee does NOT agree to the release of its submission to Government support contractors. 4.3.4. Business type (small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code: 541330 Engineering Services. "Small business concern" means a concern, including its affiliates, is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than XX million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation (FAR) 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.3.5 The facility security clearance of the offeror. The number of pages in Section 1 of the white paper shall not be included in the two-page limitation, i.e., the two-page limitation applies only to Section 2 of the white paper. 4.4 Section 2 of the white paper shall expound on the ability of the offeror to provide the requested services of this RFI and shall be limited to two pages. 5.0 Industry Discussions PM UAS representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Jeremy Deorsey, jeremy.a.deorsey.civ@mail.mil. The Government does not guarantee that questions received after 30 June 2019, 1500 Eastern will be answered. 7.0 Summary THIS IS a REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide SUAS training and repair support. The information provided in the RFI is subject to change and is not binding on the Government. The 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »