Project Management Unmanned Aircraft Systems (PM UAS) Training and Repair Support
UPDATE: NAICS Code is updated REQUEST FOR INFORMATION Project Management Unmanned Aircraft Systems (PM UAS) Training and Repair Support 1.0 Description 1.1 The Small Unmanned Aircraft Systems (SUAS) o... UPDATE: NAICS Code is updated REQUEST FOR INFORMATION Project Management Unmanned Aircraft Systems (PM UAS) Training and Repair Support 1.0 Description 1.1 The Small Unmanned Aircraft Systems (SUAS) office, in support of PM UAS, is seeking information on how an interested contractor could provide training, training development, and perform depot repair of SUAS system components. 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: RQ-11 Raven, RQ-20A Puma, Small Range Reconnaissance (SRR), Medium Range Reconnaissance (MRR), and Long Range Reconnaissance (LRR) 2.1 Planned Production: RQ-11 Raven - 2,175 systems, RQ-20A Puma - 344 systems, SRR - 6,225 systems, MRR - 2,485 systems 2.2 Delivery Period: One Base Ordering Period (12-Months) with four Option Ordering Period (12-Months) 2.3 Limitations: N/A 2.4 Security Requirements: N/A 3.0 Requested Information 3.1 This RFI seeks overall requirements for a contract providing SUAS equipment training in support of the SUAS Rucksack Portable Unmanned Aircraft System (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). The RPUAS is designed to meet the Army's requirement for flexible, responsive, near real-time Intelligence, Surveillance, and Reconnaissance; Battle Damage Assessment; and battle management support to maneuver commanders of Battalion and below for peace operations and all levels of war. 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. IAW Army Regulation (AR) 95-1, a certified SUAS Master Trainer is the only person that can train Soldiers as operators. If an RFP is issued, and contract awarded, the offeror will have 60 days to establish a training staff of qualified SUAS Master Trainers per the appropriate TO. Individual TOs will be issued in accordance with (IAW) a Performance Work Statement (PWS) that contain the specific requirements for the development and execution of training efforts for 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 26 July 2019, 1500:00 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 and Mr. Chris Welsh at richard.c.welsh2.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: Avion John Conyers 256-313-5313 john.w.conyers2.ctr@mail.mil Company: Avion John Brown 256-313-5540 john.e.brown264.ctr@mail.mil Company: KBR Lori Gray 256-842-6031 lori.a.gray21.ctr@mail.mil Company: KBR Michele Biletski 256-313-3791 michele.s.biletski.ctr@mail.mil Company: Alakaina Michael Olinick 321-676-9575 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 541614, Process, Physical Distribution, and Logistics 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. 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, at jeremy.a.deorsey.civ@mail.mil and the Contract Specialist at richard.c.welsh2.civ@mail.mil. The Government does not guarantee that questions received after 09 July 2019, 1500:00 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 »